You are on page 1of 293

Public Works Department

GOVERNMENT OF UTTARAKHAND

Request for Proposal for Development of Bridge across Kosi River at Ramnagar, Nainital in Build, Operate and Transfer (BOT) Annuity mode

Due on July 27, 2011

Request For Proposal Document Public Works Department, Government of Uttarakhand

Public Works Department


Disclaimer

The information contained in this Request for Proposal (RFP) Document or subsequently provided to Bidder, whether verbally or in documentary form by or on behalf of the Public Works Department, Government of Uttarakhand (Government Representatives) or any of their employees or Uttarakhand Public Private Partnership Cell, is provided to the Bidder on the terms and conditions set out in this RFP Document and any other terms and conditions subject to which such information is provided. This RFP Document is not an agreement and is not an offer or invitation by the Government Representatives to any party other than the Bidders who are qualified to submit the Proposal (Bidders). The purpose of this RFP Document is to provide the Bidder with information to assist the formulation of their proposals. This RFP Document does not purport to contain all the information each Bidder may require. This RFP Document may not be appropriate for all persons, and it is not possible for the Government Representatives, their employees or advisors, Uttarakhand Public Private Partnership Cell to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP Document. Each Bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP Document and where necessary obtain independent advice from appropriate sources. The Government Representatives, their employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP Document. The Government Representatives may in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP Document.

Disclaimer

ii

Request For Proposal Document Public Works Department, Government of Uttarakhand

Contents of RFP Document

Part I Part II

Instructions to Bidders Draft Concession Agreement

Contents

iii

Part I Instructions to Bidders

Instructions to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

Table of Contents
Sr. No. Contents Page No.

Cover Page Disclaimer Content of RFP Document


1 2 3 4 5 6

i ii iii 1 2 3 19 20 22 25 26 27 28 30 33 34 36 41 42 43 44 45 46

Instructions to Bidders Table of Content Bidding Procedure Schedule of Bidding Process Scope of the Project Evaluation Methodology Appendices Format for Acknowledgement of RFP Document and Notification of Intent to Submit Proposal Format for Covering Letter cum Project Undertaking Format for Anti-Collusion Certificate Details of Applicant Bank Guarantee for Bid Security Format for Power of Attorney for Signing of Proposal Power of Attorney for Lead Member of Consortium Joint Bidding Agreement Format for Financial Capability Proposal Format for Technical Capability Proposal Format for Eligible Project Details Guidelines for Providing Information Related to Experience Format for Financial Proposal List of attachments with the bid

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14.

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

1
A. 1.1 1.1.1 General Scope of Proposal

Bidding Procedure

Public Works Department, Government of Uttarakhand, (hereinafter referred to as PWD) invites detailed Proposals (Key Submissions, Technical Proposal and Financial Proposals) from Bidders who fulfil the pre qualification criteria indicated in clause 1.24.2 for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT) basis (the Project). The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR). The Proposals would be evaluated on the basis of the evaluation criteria set out in this RFP Document (Evaluation Methodology) in order to identify the successful Bidder for the Project (Successful Bidder). The Successful Bidder would then have to enter into a suitable agreement with PWD and perform the obligations as stipulated therein, in respect of the Project. Terms used in this RFP Document which have not been defined herein shall have the meaning ascribed thereto in the Draft Concession Agreement. Eligible Bidders Bidders who have responded and short listed based on Expression of Interest (EOI) issued by PWD with last date of submission on October 27, 2010 are eligible to apply. Other bidders who fulfil the pre qualification criteria indicated in clause 1.24.2 are also eligible to submit Technical and Financial Proposal in response to this RFP Document. Bidders shall acknowledge receipt of this RFP Document and notify their intention to bid for the Project in the format provided as Appendix 1. Bidders shall provide such evidence of their continued eligibility to the satisfaction of PWD, as the PWD may reasonably request. A Power of Attorney for signing of Proposals needs to be furnished in favour of the Authorised Signatory as per format provided in Appendix - 6.

1.1.2

1.1.3

1.2 1.2.1

1.2.2 1.2.3

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.2.4

In the case of a Consortium, the Members should submit a Power of Attorney in favour of the Lead Member as per format provided in Appendix-7. In case the Bidder is a Consortium, it shall, in addition to forming an Special Purpose Vehicle (SPV), comply with the following additional requirements: a) Number of members in a consortium shall not exceed 4 (four), b) Subject to the provisions of sub-clause (a) above, the Proposal should contain the information required for each member of the Consortium; c) Members of the Consortium shall nominate one member as the lead member (the Lead Member), who shall have an equity share holding of at least 26% (twenty six per cent) of the paid up and subscribed equity of the SPV. The nomination(s) shall be supported by a Power of Attorney, as per the format at Appendix-9, signed by all the other members of the Consortium; d) The Proposal should include a brief description of the roles and responsibilities of individual members, particularly with reference to financial, technical and O&M obligations; e) An individual Bidder cannot apply as a sole Bidder and at the same time be member of a Consortium. Further, a member of a particular Bidder Consortium cannot be member of any other Bidder Consortium; f) The members of a Consortium shall form an appropriate SPV to execute the Project, if awarded to the Consortium; g) Members of the Consortium shall enter into a binding Joint Bidding Agreement, substantially in the form specified at Appendix-8 (the Jt. Bidding Agreement), for the purpose of making the Proposal and submitting a Bid. h) The Jt. Bidding Agreement, to be submitted along with the Proposal, shall, inter alia: i. Convey the intent to form an SPV with shareholding/ ownership equity commitment(s) in accordance with this RFP, which would enter into the Concession Agreement and subsequently perform all the obligations of the Concessionaire in terms of the Concession Agreement, in case the concession to undertake the Project is awarded to the Consortium;

1.2.5

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

ii. iii. iv.

Clearly outline the proposed roles and responsibilities, if any, of each member; Commit the minimum equity stake to be held by each member; Commit that each of the members, whose experience will be evaluated for the purposes of this RFP, shall subscribe to 26% (twenty six per cent) or more of the paid up equity of the SPV and shall further commit that each such member shall, for a period of 2 (two) years from the date of commercial operation of the Project, hold equity share capital not less than: (i) 26% (twenty six per cent) of the paid up equity share capital of the SPV; and (ii) 5% (five per cent) of the Total Project Cost. Members of the Consortium undertake that they shall collectively hold at least 51% (fifty one per cent) of the paid up equity of the SPV at all times until the end of two years commercial operation of the Project. Include a statement to the effect that all members of the Consortium shall be liable jointly and severally for all obligations of the Concessionaire in relation to the Project until the Financial Close of the Project is achieved in accordance with the Concession Agreement. Except as provided under this RFP and the Bidding Documents, there shall not be any amendment to the Jt. Bidding Agreement without the prior written consent of the PWD. for Proposals Submitted by a

v.

vi.

vii.

1.3

Additional Requirements Consortium (a)

Wherever required, the Proposal shall contain the information required for each of the member of the Consortium; The Proposal shall be signed by the duly Authorised Signatory of the Lead Member and shall be legally binding on all the members of the Consortium; All witnesses and sureties shall be persons of status and probity and their full names and addresses shall be stated below their signature. All signatures in the Proposal documents shall be dated.

(b)

(c)

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.4 1.4.1

Change in Composition of the Bidder Any change in composition of the Bidder after the Pre Qualification stage would be at the sole discretion of PWD and with prior written permission of PWD. Number of Proposals Each Bidder shall submit only one (1) Proposal for the Project in response to this RFP Document. Any entity, which submits or participates in more than one Proposal for the Project will be disqualified and will also cause the disqualification of Consortium in which it is a member. Proposal Preparation Cost The Bidder shall be responsible for all the costs associated with the preparation of its Proposal and its participation in the bidding process. PWD will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of bidding. Contents of RFP Document The RFP Document consists of 2 Parts as listed below and would include any addenda issued in accordance with Clause 1.9.
Part I Part II Instructions to Bidders Draft Concession Agreement

1.5 1.5.1

1.6 1.6.1

1.7 1.7.1

1.8 1.8.1

Clarifications Bidders requiring any clarification on the RFP Document may notify PWD in writing or by facsimile within such date as specified in the Schedule of Bidding Process. Based on its sole discretion, PWD may forward to all Bidders, copies of PWD response, including a description of the enquiry but without identifying its source. Amendment of RFP Document At any time prior to the Proposal Due Date, PWD may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP Document by the issuance of Addenda. Any Addendum thus issued will be sent in writing to all the Bidders who have received and acknowledged the RFP Document and will

1.9 1.9.1

1.9.2

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

be binding upon them. Bidders shall promptly acknowledge receipt thereof to PWD. 1.9.3 In order to afford Bidders reasonable time in which to take an Addendum into account, or for any other reason, PWD may, at its own discretion, extend the Proposal Due Date. Preparation and Submission of Proposal Language and Currency The Proposal and all related correspondence and documents shall be written in the English language. Supporting documents and printed literature furnished by the Bidder with the Proposal may be in any other language provided that they are accompanied by an appropriate translation into English. Supporting materials that are not translated into English may not be considered. For the purpose of interpretation and evaluation of the Proposal, the English language translation shall prevail. The currency for the purpose of the Proposal shall be the Indian Rupee (INR).

B. 1.10 1.10.1

1.10.2

1.11 1.11.1

Bid Security Proposals would need to be accompanied by a Bid Security for an amount of Rs 20.00 Lakhs only (Rs Twenty Lakhs only) in the form of a Bank Guarantee drawn on any Scheduled Bank in favour of Superintendent Engineer, Public Works Department, Government of Uttarakhand. Bid Security can also be in form of a demand draft in favour of Superintendent Engineer, Public Works Department, Government of Uttarakhand payable at Dehradun. The Bid Security shall be kept valid through the Proposal Validity Period and would be required to be extended if so required by PWD. The Bid Security shall be returned to unsuccessful Bidders within a period of thirty (30) days from the date of announcement of the Successful Bidder. The Bid Security submitted by the Successful Bidder shall be released upon furnishing of the Performance Security in the form and manner stipulated in the Draft Concession Agreement.

1.11.2

1.11.3

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.11.4

The Bid Security shall be forfeited in the following cases: (a) (b) If the Bidder withdraws its Proposal except as provided in Clause 1.20; If the Bidder withdraws its Proposal during the interval between the Proposal Due Date and expiration of the Proposal Validity Period; and If the Successful Bidder fails to provide the Performance Security within the stipulated time or any extension thereof provided by PWD.

(c)

1.12 1.12.1

Validity of Proposal The Proposal shall indicate that it would remain valid for a period not less than nine (9) months from the Proposal Due Date (Proposal Validity Period). PWD reserves the right to reject any Proposal that does not meet this requirement. Prior to expiry of the original Proposal Validity Period, PWD may request that the Bidders extend the period of validity for a specified additional period. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder agreeing to the request will not be allowed to modify its Proposal, but would be required to extend the validity of its Bid Security for the period of extension and comply with Clause 1.11 of this document in all respects. The Successful Bidder shall extend the Proposal Validity Period till the date of execution of the Concession Agreement. Project Inspection / Site Visit The Bidder may carry out Project Inspection / Site Visit at any time at their own cost. Bidders Responsibility The Bidder is expected to examine carefully the contents of all the documents provided. Failure to comply with the requirements of RFP Document will be at the Bidders own risk. It would be deemed that prior to the submission of Proposal, the Bidder has: (a) (b) made a complete and careful examination of requirements, and other information set forth in this RFP Document; received all such relevant information as it has requested from PWD; and
8

1.12.2

1.12.3 1.13 1.13.1 1.14 1.14.1

1.14.2

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

(c)

made a complete and careful examination of the various aspects of the Project including but not limited to: (i) (ii) (iii) (iv) (v) the Project site existing facilities and structures space availability water availability the conditions of the access roads and utilities in the vicinity of the Project Site (vi) conditions affecting transportation, access, disposal, handling and storage of the materials (vii) clearances obtained by PWD for the Project; and (viii) all other matters that might affect the Bidders performance under the terms of this RFP Document.

1.14.3 1.15 1.15.1

PWD shall not be liable for any mistake or error or neglect by the Bidder in respect of the above. Pre-Proposal Meeting To clarify and discuss issues with respect to the Project and the RFP Document, PWD will hold Pre-Proposal meeting/s on date specified in the schedule of bidding process. Prior to the Pre-Proposal meeting/s, the Bidders may submit a list of queries and propose deviations, if any, to the Project requirements and/or the Draft Concession Agreement. Bidders must formulate their responses and forward the same to PWD at least seven (7) days prior to the meeting. PWD may amend the RFP Document based on inputs provided by Bidders that may be considered acceptable in its sole discretion. Bidders may note that PWD will not entertain any deviations to the RFP Document at the time of submission of the Proposal or thereafter. The Proposal to be submitted by the Bidders will be unconditional and unqualified and the Bidders would be deemed to have accepted the terms and conditions of the RFP Document with all its contents including the Draft Concession Agreement. Any conditional Proposal shall be regarded as non-responsive and would be liable for rejection. PWD will endeavour to hold the meeting as per Schedule of Bidding Process. The details of the meeting will be separately communicated to the Bidders. Attendance of the Bidders at the Pre-Proposal meeting is not mandatory. However, subsequent to the meeting, PWD may not respond to queries from any Bidder who has not attended the PreProposal meeting.
9

1.15.2

1.15.3

1.15.4

1.15.5

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.15.6

All correspondence / enquiries should be submitted to the following in writing by fax /post / courier: ATTN. OF: ADDRESS: Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital

1.15.7

No interpretation, revision, or other communication from PWD regarding this solicitation is valid unless in writing and is signed by Superintendent Engineer, Public Works Department, Government of Uttarakhand or its authorised representative. PWD may choose to send to all Bidders, written copies of PWDs responses, including a description of the enquiry but without identifying its source to all the Bidders. Format and Signing of Proposal Bidders would provide all the information as per this RFP Document and in the specified formats. PWD reserves the right to reject any Proposal that is not in the specified formats. The Proposal should be submitted in 3 parts: Part 1 : Key Submissions, which would include: i. Covering Letter cum Project Undertaking as per Appendix 2 stating the Proposal Validity Period ii. Format for Anti-Collusion Certificate as per Appendix 3 iii. Details of Applicant as per Appendix 4 iv. Bank Draft or Bank Guarantee for Bid Security as per Appendix 5 v. Power of Attorney for Signing of Proposal as per Appendix 6 vi. Power of Attorney for Lead Member of Consortium as per Appendix 7 vii. Joint Bidding Agreement in case of Consortium as per Appendix 8 viii. Financial Capability as per Appendix 9 ix. Bank Draft towards cost of RFP Document or copy of the receipt, if hard copy of RFP is purchased Part 2 : Technical Proposal would include: Technical Capability as per format set out in Appendix 10, 10A and 10B : Financial Proposal as per the format set out in Appendix 11
10

1.16 1.16.1

1.16.2

Part 3

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.16.3

The Bidder shall prepare one original of the documents comprising the Proposal as described in Clause 1.17, clearly marked ORIGINAL. In addition, the Bidder shall make one copy of the Proposal, clearly marked COPY. In the event of any discrepancy between the original and the copy, the original shall prevail. If the Proposal consists of more than one volume, Bidder must clearly number the volumes and provide an indexed table of contents. The Proposal and the copy shall be typed or printed in indelible ink and the Bidder shall initial each page. All the alterations, omissions, additions, or any other amendments made to the Proposal shall be initialled by the person/s signing the Proposal. Sealing and Marking of Proposals The Bidder shall seal the Key Submissions, Technical Proposal and the Financial Proposal in separate envelopes, duly marking the envelopes as KEY SUBMISSIONS, TECHNICAL PROPOSAL and FINANCIAL PROPOSAL. These envelopes shall then be sealed in an outer envelope. The original and the copy of the Proposal shall be provided in separate envelopes, duly marking the outer envelopes as ORIGINAL and COPY. Each envelope shall indicate the name and address of the Bidder The envelopes shall clearly bear the following identification: Proposal for Development of Bridge Across Kosi River at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT) basis, in Uttarakhand To be opened by Tender Opening Committee only and Submitted by Name, Address and Contact Phone No. of the Bidder

1.16.4

1.16.5

1.17 1.17.1

1.17.2

1.17.3 1.17.4

1.17.5

The envelope shall be addressed to: ATTN. OF: ADDRESS: Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital
11

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.17.6

If the envelope is not sealed and marked as instructed above, the Proposal may be deemed to non-responsive and would be liable for rejection. PWD assumes no responsibility for the misplacement or premature opening of such Proposal submitted. Proposal Due Date Proposals should be submitted before 1400 hours IST on the Proposal Due Date mentioned in the Schedule of Bidding Process, to the address provided in Clause 1.17.5 in the manner and form as detailed in this RFP Document. Proposals submitted by either facsimile transmission or telex will not be acceptable. PWD, at its sole discretion, may extend the Proposal Due Date by issuing an Addendum in accordance with Clause 1.9. Late Proposals Any Proposal received by PWD after 1400 hours IST on the Proposal Due Date will be returned unopened to the Bidder. Modification and Withdrawal of Proposals The Bidder may modify or withdraw its Proposal after submission, provided that written notice of the modification or withdrawal is received by PWD before the Proposal Due Date. No Proposal shall be modified or withdrawn by the Bidder after the Proposal Due Date. The Bidders modification or withdrawal notice shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause 1.17 with outer envelopes additionally marked MODIFICATION or WITHDRAWAL and also KEY SUBMISSIONS, TECHNICAL PROPOSAL or FINANCIAL PROPOSAL as appropriate. Withdrawal of a Proposal during the interval between the Proposal Due Date and expiration of the Proposal Validity Period would result in forfeiture of the Bid Security in accordance with Clause 1.11.4 of this document.

1.18 1.18.1

1.18.2

1.19 1.19.1

1.20 1.20.1

1.20.2

1.20.3

Instruction to Bidders

12

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.21 1.21.1

Tests of responsiveness Prior to evaluation of Proposals, PWD will determine whether each Proposal is responsive to the requirements of the RFP Document. A Proposal shall be considered responsive if (a) it is received by the Proposal Due Date. (b) it is signed, sealed, and marked as stipulated in Clause 1.17. (c) it contains the information and documents as requested in the RFP Document. (d) it contains information in formats specified in the RFP Document. (e) it mentions the proposal validity period as set out in Clause 1.12. (f) it provides the information in reasonable detail. (Reasonable Detail means that, but for minor deviations, the information can be reviewed and evaluated by PWD without communication with the Bidder). PWD reserves the right to determine whether the information has been provided in reasonable detail. (g) there are no inconsistencies between the Proposal and the supporting documents. A Proposal that is substantially responsive is one that conforms to the preceding requirements without material deviation or reservation. A material deviation or reservation is one (a) (b) (c) which affects in any substantial way, the scope, quality, or performance of the Project, or which limits in any substantial way, inconsistent with the RFP Document, PWDs rights or the Bidders obligations under the Concession Agreement, or which would affect unfairly the competitive position of other Bidders presenting substantially responsive bids.

1.21.2

1.21.3

PWD reserves the right to reject any Proposal which in its opinion is non-responsive and no request for modification or withdrawal shall be entertained by PWD in respect of such Proposals. Conditional proposal shall not be considered. Any bid found to contain conditions attached, will be rejected. Confidentiality Information relating to the examination, clarification, evaluation and recommendation for the short listed Bidders shall not be disclosed to any person not officially concerned with the process. PWD will treat all information submitted as part of Proposal in confidence and will ensure that all who have access to such material treat it in confidence. PWD will not divulge any such
13

1.21.4 1.22 1.22.1

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

information unless it is ordered to do so by any Government authority that has the power under law to require its disclosure. 1.23 1.23.1 Clarifications To assist in the process of evaluation of Proposals, PWD may, at its sole discretion, ask any Bidder for clarification on its Proposal. The request for clarification and the response shall be in writing or by facsimile. No change in the substance of the Proposal would be permitted by way of such clarifications. Proposal Evaluation To assist in the examination, evaluation, and comparison of Proposals, PWD may utilise the services of consultant/s or advisor/s. Before opening and evaluation of the Technical Proposals, Bidders are expected to meet the following pre-qualification criteria which would be a part of the Technical Proposal. Bidders failing to meet these criteria or not submitting requisite proof for supporting pre-qualification criteria are liable to be rejected at the Technical Proposal level.
Criteria The bidder should be an organization registered in India, registered with the Income Tax Authorities or the Service Tax Authorities and operating for the last five years The Bidder must have a minimum annual turnover of at least Rs 10.00 Crores of the immediately preceding three years (FY08 FY 09, and FY10). The bidder should have a minimum networth of Rs. 6.00 Crores as on 31st March 2010) Financial capability of all the members of consortium having equity participation of more than 26% shall be considered for the purpose of evaluation. 4 The bidder should have at least five (5) years experience in Development, operating and managing of Highway or Core Sector Projects as defined in Clause 4.1. Yes / No Appropriate Certificates from competent authority. Whether Met Yes / No Reference Details Certificate of Incorporation / Any other relevant document

1.24 1.24.1

1.24.2

Sl. No. 1

Yes / No

Audited Profit / Loss Statement and Balance Sheet and details as per Appendix 9 Audited Profit / Loss Statement and Balance Sheet and details as per Appendix 9

Yes / No

Instruction to Bidders

14

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.24.3 1.24.4 1.24.5

The bidder shall attach signed agreement between consortium members specifying the equity participation in the project. Evaluation of Proposals will be done in two stages. In Stage I of Proposal Evaluation, the Key Submissions submitted by the Bidders shall be checked for responsiveness with the requirements of the RFP Document. The evaluation of Technical Proposal of a Bidder shall be taken up only after the contents of the Key Submissions are found to meet the requirements of this RFP Document. PWD reserves the right to reject the Proposal of a Bidder without opening the Technical Proposal if the contents of Key Submissions are not substantially responsive with the requirements of this RFP Document. After checking the responsiveness of the Key submission, the Technical Proposal will be opened. The minimum qualifying marks of the Technical Capability Evaluation is 100 (Threshold Experience Score) as mentioned in Clause 4.1.6. Evaluation of the Financial Proposal In Stage II, the Financial Proposals of all the Bidders who pass the Stage I evaluation will be opened in the presence of the Bidders representatives who choose to attend. The Bidders representatives who choose to be present shall be required to sign and record their attendance. The bidder shall quote the Annuity amount to be paid by PWD as per format prescribed in Appendix 11. The Bidder who quotes the lowest Annuity to be paid by the PWD shall be declared as the Selected Bidder.
The Annuity shall mean fixed amount payable annually during the Concession Period with no escalation.

1.24.6

1.24.7

1.25 1.25.1

1.25.2

1.25.3 1.25.4

In the event that two or more Bidders quotes the same amount of Annuity then the PWD may : (a) invite fresh Proposals from the Bidders; OR (b) declaring the bidder securing highest technical capability marks (Experience Score) amongst the bidders quoting the same amount of Annuity, as Selected Bidder

Instruction to Bidders

15

Request For Proposal Document Public Works Department, Government of Uttarakhand

OR (c) take any such measure as may be deemed fit in its sole discretion or annulment of the bidding process. 1.26 1.26.1 Notifications Upon acceptance of the Financial Proposal of the Preferred Bidders with or without negotiations, PWD shall declare the Preferred Bidder as Successful Bidder. PWD will notify the Successful Bidder by facsimile and by a letter that its Proposal has been accepted. PWDs Right to Accept or Reject Proposal PWD reserves the right to accept or reject any or all of the Proposals without assigning any reason and to take any measure as it may deem fit, including annulment of the bidding process, at any time prior to award of Project, without liability or any obligation for such acceptance, rejection or annulment. PWD reserves the right to invite revised Financial Proposals from Bidders with or without amendment of the RFP Document at any stage, without liability or any obligation for such invitation and without assigning any reason. PWD reserves the right to reject any Proposal if: (a) at any time, a material misrepresentation is made or uncovered; OR (b) the Bidder does not respond promptly and thoroughly to requests for supplemental information required for the evaluation of the Proposal. This would lead to the disqualification of the Bidder. If the Bidder is a Consortium, then the entire Consortium would be disqualified / rejected. If such disqualification / rejection occur after the Financial Proposals have been opened and the highest Bidder gets disqualified / rejected, then PWD reserves the right to: (a) either invite the next highest Bidder to match the Financial Proposal submitted by the highest Bidder; OR (b) take any such measure as may be deemed fit in the sole discretion of PWD, including annulment of the bidding process.

1.26.2

1.27 1.27.1

1.27.2

1.27.3

Instruction to Bidders

16

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.28 1.28.1 1.29 1.29.1

Acknowledgement of Letter of Acceptance (LOA) Within two (2) weeks from the date of issue of the LOA, the Preferred Bidder shall acknowledge the receipt of LOA. Execution of Concession Agreement The Successful Bidder shall execute the Concession Agreement within six (6) weeks of the issue of LOA or such time as indicated by PWD. PWD will promptly notify other Bidders that their Proposals have been unsuccessful and their Bid Security will be returned as promptly as possible in any case not later than 30 (thirty) days from the date of announcement of the Successful Bidder. Performance Security The Successful Bidder shall furnish Performance Security for due and punctual performance of its obligations during the Implementation Period, deliver to PWD, simultaneously with the execution of the Draft Concession Agreement a bank guarantee from a scheduled bank acceptable to PWD (the "Performance Security for construction) for a sum of Rs.60,00,000/- (Rupees Sixty Lakhs Only). The Successful Bidder shall furnish Performance Security for due and punctual performance of obligations during the Operations Period deliver to PWD, on or before the COD, the bank guarantee from a scheduled bank acceptable to PWD (Performance Security for operation and maintenance) for a sum of Rs.40,00,000/(Rupees Forty Lakhs Only). The Performance Security shall be in the form of an irrevocable Bank Guarantee in favour of Superintendent Engineer, Public Works Department, Government of Uttarakhand, as per the format set out in Draft Concession Agreement. The Performance Security would be valid for one year and renewable every year during the entire project term The Performance Security shall be forfeited and en-cashed in the following cases: (a) If the Successful Bidder withdraws from the project midway during the project term (b) If during the project term, there is any incident of gross professional negligence

1.29.2

1.30 1.30.1

1.30.2

1.30.3

1.30.4

Instruction to Bidders

17

Request For Proposal Document Public Works Department, Government of Uttarakhand

(c) If during the project term, there successful bidder is found to charge the vehicle owners excess of prevailing rates (d) Any other act or acts of the successful bidder which renders the project un-operational and PWD establishes sufficient reasons to forfeit the Performance Security in accordance with provisions of the Draft Concession Agreement. 1.31 1.31.1 Cost of RFP document The RFP document can be downloaded from http://upppc.org. The cost of RFP document is Rs 1,150/- (Rs One Thousand One hundred Fifty Only), inclusive of VAT. The Proposals must accompany with cost of RFP document in the form of a bank draft in favour of Superintendent Engineer, Public Works Department, Government of Uttarakhand payable at Dehradun of Rs 1,150/(Rs One Thousand One hundred Fifty Only). The bidders may also obtain a hard copy of the RFP from the office of Superintendent Engineer, Public Works Department, Government of Uttarakhand. The bidders purchasing the hard copy of the RFP must attach the copy of Receipt along with the Proposal. Cost of Techno Economic Feasibility Report Techno Economic Feasibility Report can be purchased by the bidder on payment of Rs. 10,000/- (Rupees Ten Thousand Only) and can be obtained from the office of Superintending Engineer, 2nd circle P.W.D.

1.32 1.32.1

Instruction to Bidders

18

Request For Proposal Document Public Works Department, Government of Uttarakhand

2.

Schedule of Bidding Process

PWD would endeavour to adhere to the following schedule:


Sr. No. 1. 2. 3. 4. 5. Activity Description Last date for receiving queries Pre-Proposal meeting Proposal Due Date Opening of Technical Proposals Opening of Financial Proposals Date June 22, 2011 June 29, 2011 July 27, 2011 July 27, 2011 To be informed later

Instruction to Bidders

19

Request For Proposal Document Public Works Department, Government of Uttarakhand

3. Scope of the Project 3.1 Public Works Department (PWD), Ramnagar proposes to construct a Bridge
across Kosi River at Ramnagar, Nainital along with connecting road through Public Private Partnership (PPP) mode, on BOT-Annuity basis. movement of increased traffic volumes, reduce distance and to ease traffic congestion in the city. connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR).

3.2 A new bridge facility is urgently required across Kosi River so as to facilitate

3.3 The length of the proposed bridge is 360 meters approx with 410 meter of

3.4 Techno Economic Feasibility Report includes the following reports :


a) b) c) d) e) f) Traffic Data Analysis Traffic Projections Sub Soil Investigation Report Hydraulic Calculations General Arrangement Drawings (GAD) for structures Itemised Bill of Quantities (BOQ)

1. Broad Scope of Work : The scope of work for the Private Partner will include: I. Develop and construct a Bridge across Kosi River at Ramnagar, Nainital along with connecting road, minor bridges & covering of existing canal. Operate, maintain and transfer the proposed project and existing Bridge as per the terms and conditions specified in Draft Concession Agreement throughout the concession period. Shall construct, operate and maintain the Project in accordance with the Specifications and Drawings mentioned in the TEFR. Compliance with all regulatory/legal requirements To achieve the Service Levels agreed with PWD Avoid unauthorized usage of Project infrastructure

II.

III. IV. V. VI.

Instruction to Bidders

20

Request For Proposal Document Public Works Department, Government of Uttarakhand

3.5 Traffic Details :


a. Haldwani to Ramnagar Date 29-Nov-09 30-Nov-09 01-Dec-09 02-Dec-09 03-Dec-09 04-Dec-09 05-Dec-09 Day Sunday Monday Tuesday Wednesday Thursday Friday Saturday Average b. Ramnagar to Haldwani Date 29-Nov-09 30-Nov-09 01-Dec-09 02-Dec-09 03-Dec-09 04-Dec-09 05-Dec-09 Day Sunday Monday Tuesday Wednesday Thursday Friday Saturday Vehicle NMT 40 44 55 60 64 68 74 58 PCU,s NMT 16 19.2 220 24 25.6 30.4 29.6 52 Vehicle NMT 45 37 54 52 47 58 69 52 PCU,s NMT 20 228 23 21 24 23 324 95

MT 1,843 2,014 1,922 1,731 1,760 1,720 1,736 1,818

Total 1,888 2,051 1,976 1,783 1,807 1,778 1,805 1,870

MT 1,807 1,969 1,932 1,760 1,720 1,687 1,687 1,795

Total 1,827 2,197 1,955 1,781 1,744 1,711 2,011 1,889

MT 1,732 2,151 1,911 1,785 1,792 1,863 1,780

Total 1,772 2,195 1,966 1,845 1,856 1,931 1,854 1,917

MT 1703.7 2084.8 1928.6 1818.9 1811.2 1881 1771.9 1,857

Total 1,720 2,104 2,149 1,843 1,837 1,911 1,802 1,909

Average 1,859 MT : motorised traffic NMT : non motorised traffic PCU : Passenger car unit

Instruction to Bidders

21

Request For Proposal Document Public Works Department, Government of Uttarakhand

4.
4.1
4.1.1

Evaluation Methodology

Evaluation of Technical Proposal


The bidders technical capability would be evaluated on the basis of the following categories: Category 1: Category 2: Category 3: Category 4: Project experience on Eligible Projects in highways sector that qualify under Clause 4.1.2 Project experience on Eligible Projects in core sector that qualify under Clause 4.1.2 Construction experience on Eligible Projects in highways sector that qualify under Clause 4.1.3 Construction experience on Eligible Projects in core sector that qualify under Clause 4.1.3

For the purpose of this RFP and Clause 4.1 above : i. ii. Highways Sector would be deemed to include highways, expressways, rural roads, bridges, tunnels and airfields; and Core Sector would be deemed to include power, telecom, ports, airports, railways, industrial parks, petroleum and natural gas, pipelines, irrigation, water supply, sewerage and real estate development. Eligible Experience would be measured only for a maximum of ten (10) projects which meets the conditions set out below for Project under Category 1 and 2 : a. For a project to qualify as Eligible Project it should have been undertaken on BOT, BOLT, BOO, BOOT or other similar basis for providing its output or services to a public sector entity or for providing non-discriminatory access to users in pursuance of its charter, concession or contract, as the case may be; b. the entity claiming experience should have held, in the company owning the Eligible Project, a minimum of 26% equity during the period for which Eligible Experience is being claimed; c. the project should have been commissioned on or after January 2001;

4.1.2

Instruction to Bidders

22

Request For Proposal Document Public Works Department, Government of Uttarakhand

4.1.3

Eligible Experience would be measured only for a maximum of ten (10) projects which meets the conditions set out below for Project under Category 3 and 4 : a) For a project to qualify as an Eligible Project under this Categories the Applicant should have received payments from its client(s) for construction works executed, fully or partially, on or after January 2001 shall qualify for purposes of computing the Experience Score. b) For the avoidance of doubt, construction works shall not include supply of goods or equipment except when such goods or equipment form part of a turn-key construction contract/ EPC contract for the project. Further, the cost of land shall not be included in construction works.

4.1.4

Applicant shall quote experience in respect of a particular project under any one category only, even though the Applicant (either individually or along with other member/s of the Consortium) may have played both the roles in the cited project. Applicants experience shall be measured in terms of Experience Score. Experience Score for a given category would be Project Cost/ Certified Billings in Rupees millions, as the case may be, multiplied by the applicable factor in Table 1 below. In case the Applicant has experience across different categories the score for each category would be computed as above and then aggregated to arrive at the Experience Score. Table 1: Factors for Experience Across Categories Factor Category 1: 1.00 Category 2: 0.66 Category 3: 0.75 Category 4: 0.33

4.1.5

4.1.6

Any Applicant who achieves an Experience Score of 100 (Threshold Experience Score) would be deemed to meet the experience criterion for qualification. The Applicants must provide the necessary information as per Appendix 10, 10A and 10B.

4.1.7

Instruction to Bidders

23

Request For Proposal Document Public Works Department, Government of Uttarakhand

4.2 4.2.1 4.2.2

Evaluation of Financial Proposals Financial Proposals of only those Bidders will be opened who scores minimum Threshold Experience Score as per clause 4.1.6. The bidder shall quote the Annuity amount to be paid by PWD as per format prescribed in Appendix 11. The Bidder who quotes the lowest Annuity to be paid by the PWD shall be declared as the Selected Bidder. The Annuity shall mean fixed amount payable annually during the Concession Period with no escalation. In the event that two or more Bidders quotes the same amount of Annuity then the PWD may : (a) invite fresh Proposals from the Bidders; OR (b) declaring the bidder securing highest technical capability marks (Experience Score) amongst the bidders quoting the same amount of Annuity, as Selected Bidder OR (c) take any such measure as may be deemed fit in its sole discretion or annulment of the bidding process.

4.2.3 4.2.4

Instruction to Bidders

24

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 1 Format for Acknowledgement of RFP Document and Notification of Intent to Submit Proposal Date : To Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital

Dear Sir, Re: Proposal for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT) basis in Uttarakhand (the Project) The undersigned hereby acknowledges and confirms receipt of all the Parts (Part I and Part II) of the Request for Proposal (RFP) Document for the captioned project from PWD and conveys its intention to submit a Proposal for the Project, under BOT Annuity (Build, Operate and Transfer) structure. . Name of the Bidder . Signature of the Authorised Person . Name of the Authorised Person Note:

On the Letterhead of the Bidder or Lead Member of Consortium. To be signed by the Lead Member in case of a Consortium. The acknowledgement should be sent within 2 weeks of receipt of the RFP Document

Instruction to Bidders

25

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 2 Format for Covering Letter Cum Project Undertaking To, Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital

Dear Sir, Re: Proposal for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer Annuity (BOT) basis, in Uttarakhand (the Project) We have read and understood the Request for Proposal (RFP) Document in respect of the Project provided to us by PWD. We hereby submit our Proposal for the captioned project. We are enclosing our Proposal in one (1) original plus one (1) copy, with the details as per the requirements of the RFP Document, for your evaluation. We confirm that our Proposal is valid for a period of nine (9) months from (Proposal Due Date). We hereby agree and undertake as under: Notwithstanding any qualifications or conditions, whether implied or otherwise, contained in our Proposal we hereby represent and confirm that our Proposal is unqualified and unconditional in all respects and we agree to the terms of the Draft Concession Agreement, a draft of which also forms a part of the RFP Document provided to us. Dated this ..Day of ., 2011. Name of the Bidder . Signature of the Authorised Person . Name of the Authorised Person Note:
On the Letterhead of the Bidder.

Instruction to Bidders

26

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 3 Format for Anti-Collusion Certificate Anti-Collusion Certificate We hereby certify and confirm that in the preparation and submission of this Proposal, we have not acted in concert or in collusion with any other Bidder or other person/s and also not done any act, deed or thing which is or could be regarded as anti-competitive. We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any person or agency in connection with the instant Proposal. Dated this ..Day of ., 2011

Name of the Bidder . Signature of the Authorised Person . Name of the Authorised Person

Instruction to Bidders

27

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 4 Details of Applicant 1. (a) (b) (c) (d) Name: Country of incorporation: Address of the corporate headquarters and its branch office(s), if any, in India: Date of incorporation and/ or commencement of business:

2.

Brief description of the Company including details of its main lines of business and proposed role and responsibilities in this Project]: Details of individual(s) who will serve as the point of contact/ communication for the Authority: (a) (b) (c) (d) (e) (f) (g) Name: Designation: Company: Address: Telephone Number: E-Mail Address: Fax Number:

3.

4.

Particulars of the Authorised Signatory of the Applicant: (a) (b) (c) (d) (e) Name: Designation: Address: Phone Number: Fax Number:

5.

In case of a Consortium: a. The information above (1-4) should be provided for all the Members of the Consortium.

Instruction to Bidders

28

Request For Proposal Document Public Works Department, Government of Uttarakhand

b. Information regarding the role of each Member should be provided as per table below: SI. No. Name of Member Role* Percentage of equity in the Consortium {Refer Clauses 1.2.5 (a), (c)&(h)}

1. 2. 3. 4. * The role of each Member, as may be determined by the Applicant, should be indicated in accordance with instruction 4 at Appendix 8.

c. The following information shall also be provided by each Bidder and for each Member of the Consortium: Name of Applicant/ member of Consortium: No. Criteria Yes No

1. Has the Applicant/ constituent of the Consortium been barred by the [Central/ State] Government, or any entity controlled by it, from participating in any project (BOT, BOT or otherwise). 2. 3. If the answer to 1 is yes, does the bar subsist as on the date of Proposal. Has the Applicant/ constituent of the Consortium paid liquidated damages of more man 5% of the contract value in a contract due to delay or has been penalised due to any other reason in relation to execution of a contract, in the last three years?

6.

A statement by the Applicant and each of the Members of its Consortium (where applicable) or any of their Associates disclosing material nonperformance or contractual non-compliance in past projects, contractual disputes and litigation/ arbitration in the recent past is given below (Attach extra sheets, if necessary):

Instruction to Bidders

29

Request For Proposal Document Public Works Department, Government of Uttarakhand

(Proforma of Bank Guarantee)

APPENDIX 5

Bank Guarantee for Bid Security (Refer Clause 1.11)


B.G. No. Dated: 1. In consideration of you, The Superintendent Engineer, Public Works Department having its office at 2nd Circle P.W.D. Nainital. (hereinafter referred to as the Authority, which expression shall unless it be repugnant to the subject or context thereof include its, successors and assigns) having agreed to receive the Bid of _____________ [a Company registered under provision of the Companies Act, 1956] and having its registered office at ____________ [and acting on behalf of its Consortium] (hereinafter referred to as the Bidder which expression shall unless it be repugnant to the subject or context thereof include its/their executors administrators, successors and assigns), for the ***** Project on [BOT]-Annuity basis (hereinafter referred to as the Project) pursuant to the RFP Document dated ***** issued in respect of the Project and other related documents (hereinafter collectively referred to as Bidding Documents), we [Name of the Bank] having our registered office at _____________ and one of its branches at ____________ (hereinafter referred to as the Bank), at the request of the Bidder, do hereby in terms of Clause 1.11 of the RFP Document, irrevocably, unconditionally and without reservation guarantee the due and faithful fulfilment and compliance of the terms and conditions of the Bidding Documents (including the RFP Document) by the said Bidder and unconditionally and irrevocably undertake to pay forthwith to the Authority an amount of Rs. ***** (Rupees ***** only) as bid security (hereinafter referred to as the Bid Security) as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and conditions contained in the said Bidding Documents. 2. Any such written demand made by the Authority stating that the Bidder is in default of the due and faithful fulfilment and compliance with the terms and conditions contained in the Bidding Documents shall be final, conclusive and binding on the Bank. 3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under this Guarantee without any demur, reservation, recourse, contest or protest and without any reference to the Bidder or any other person and irrespective of whether the claim of the Authority is disputed by the Bidder or not merely on the first demand from the Authority stating that the amount claimed is due to the Authority by reason of failure of the Bidder to fulfil and comply with the terms and conditions contained in the Bidding Documents including failure of the said Bidder to keep its Bid open during the Bid validity period as setforth in the said Bidding Documents for any reason whatsoever. Any such demand made on the Bank shall be conclusive as regards amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. ***** (Rupees ***** only).
30

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one hundred and eighty) days from the Proposal Due Date inclusive of a claim period of 60 (sixty) days or for such extended period as may be mutually agreed between the Authority and the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been paid. 5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to whether the Bidder is in default of due and faithful fulfilment and compliance with the terms and conditions contained in the Bidding Documents including, inter alia, the failure of the Bidder to keep its Bid open during the Bid validity period set forth in the said Bidding Documents, and the decision of the Authority that the Bidder is in default as aforesaid shall be final and binding on us, notwithstanding any differences between the Authority and the Bidder or any dispute pending before any Court, Tribunal, Arbitrator or any other Authority. 6. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person. 7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the Bank as the principal debtor. The Authority shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any of the terms and conditions contained in the said Bidding Documents or to extend time for submission of the Bids or the Bid validity period or the period for conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and compliance with all or any of the terms and conditions contained in the said Bidding Documents by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Bidding Documents or the securities available to the Authority, and the Bank shall not be released from its liability under these presents by any exercise by the Authority of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of the Authority or any indulgence by the Authority to the said Bidder or by any change in the constitution of the Authority or its absorption, merger or amalgamation with any other person or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability. 8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made if addressed to the Bank and sent by registered mail to the Bank at the address set forth herein. 9. We undertake to make the payment on receipt of your notice of claim on us addressed to [name of Bank along with branch address] and delivered at our above branch who shall be deemed to have been duly authorised to receive the said notice of claim.

Instruction to Bidders

31

Request For Proposal Document Public Works Department, Government of Uttarakhand

10. It shall not be necessary for the Authority to proceed against the said Bidder before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Authority may have obtained from the said Bidder or any other person and which shall, at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealised. 11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the previous express consent of the Authority in writing. 12. The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated herein, the undersigned is duly authorised and has full power to execute this Guarantee for and on behalf of the Bank. Signed and Delivered by ____________ Bank By the hand of Mr./Ms ____________, its ____________ and authorised official. (Signature of the Authorised Signatory) (Official Seal)

Instruction to Bidders

32

Request For Proposal Document Public Works Department, Government of Uttarakhand

Appendix 6 Format for Power of Attorney for Signing of Proposal (On a Stamp Paper of relevant value) Power of Attorney

Know all men by these presents, we (name and address of the registered office) do hereby constitute, appoint and authorise Mr / Ms (name and residential address) who is presently employed with us and holding the position of . as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the Project envisaging Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT)- Annuity basis through public private partnership, (the Project) including signing and submission of all documents and providing information / responses to Public Works Department (PWD) representing us in all matters before PWD, and generally dealing with PWD in all matters in connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us. For _________________________ (Signature) (Name, Title and Address) Accepted .. (Signature) (Name, Title and Address of the Attorney)
Note: To be executed by the Lead Member in case of a Consortium. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure. In case the Proposal is signed by a Partner/ authorised Director of the Applicant, a certified copy of the appropriate resolution/ document conveying such authority may be enclosed in lieu of the Power of Attorney.

Instruction to Bidders

33

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX -7 Power of Attorney for Lead Member of Consortium

Whereas the Public Works Department, Government of Uttarakhand has invited Proposals from eligible bidders for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT)Annuity basis, in Uttarakhand (the Project). Whereas, .., .., .. and.. (collectively the Consortium) being Members of the Consortium are interested in bidding for the Project in accordance with the terms and conditions of the Request for Proposal (RFP) and other connected documents in respect of the Project, AND Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortiums bid for the Project and its execution. NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS We, .. having our registered office at .., M/s. .. having our registered office at .., M/s. .. having our registered office at .., and M/s. .. having our registered office at .., (hereinafter collectively referred to as the Principals) do hereby irrevocably designate, nominate, constitute, appoint and authorise M/s. .. having its registered office at .., being one of the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the Attorney). We hereby irrevocably authorise the Attorney (with power to sub-delegate) to conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the event the Consortium is awarded the concession/contract, during the execution of the Project and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or incidental to the pre-qualification of the Consortium and submission of its bid for the Project, including but not limited to signing and submission of all Proposals, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information/ documents, sign and execute contracts and undertakings consequent to acceptance of the bid of the Consortium and generally to represent the Consortium in all its dealings

Instruction to Bidders

34

Request For Proposal Document Public Works Department, Government of Uttarakhand

with the Authority, and/ or any other Government Agency or any person, in all matters in connection with or relating to or arising out of the Consortiums bid for the Project and/ or upon award thereof till the Concession Agreement is entered into with the Authority. AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/ Consortium. IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS . DAY OF ., 20..... For .. (Signature) .. (Name & Title) For .. (Signature) .. (Name & Title) For .. (Signature) .. (Name & Title) Witnesses: 1. 2. (Executants) (To be executed by all the Members of the Consortium)
Notes: 1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, lay down by the applicable law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. 2. Also, wherever required, the Bidder should submit for verification the extract of the charter documents and documents such as a board or shareholders resolution/ power of attorney in favour of the person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder. For a Power of Attorney executed and issued overseas, the document will also have to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being issued. However, the Power of Attorney provided by Bidders from countries that have signed The Hague Legislation Convention, 1961 are not required to be legalised by the Indian Embassy if it carries a conforming Appostille certificate.

Instruction to Bidders

35

Request For Proposal Document Public Works Department, Government of Uttarakhand

Appendix - 8 Joint Bidding Agreement


(To be executed on Stamp paper of appropriate value) THIS JOINT BIDDING AGREEMENT is entered into on this the day of , 2010 AMONGST 1. { Limited, a company incorporated under the Companies Act, 1956} and having its registered office at (hereinafter referred to as the First Part which expression shall, unless repugnant to the context include its successors and permitted assigns) AND 2. { Limited, a company incorporated under the Companies Act, 1956} and having its registered office at (hereinafter referred to as the Second Part which expression shall, unless repugnant to the context include its successors and permitted assigns) AND 3. { Limited, a company incorporated under the Companies Act, 1956 and having its registered office at (hereinafter referred to as the Third Part which expression shall, unless repugnant to the context include its successors and permitted assigns)} AND 4. { Limited, a company incorporated under the Companies Act, 1956 and having its registered office at (hereinafter referred to as the Fourth Part which expression shall, unless repugnant to the context include its successors and permitted assigns)}$ The above mentioned parties of the FIRST, SECOND, {THIRD and FOURTH} PART are collectively referred to as the Parties and each is individually referred to as a Party WHEREAS A. Public Works Department, Government of Uttarakhand, represented by Superintendent Engineer and having its office at 2nd Circle P.W.D. Nainital, hereinafter referred to as PWD, which expression shall, unless repugnant to the context or meaning thereof include its administrators, successors or assigns has invited Proposal (the Proposal) by its Request for Proposal No. dated (the RFP) for short-listing of bidders for Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT)-Annuity basis, in Uttarakhand (the Project) B. The Parties are interested in jointly bidding for the Project as members of a Consortium and in accordance with the terms and conditions of the RFP document and other bid documents in respect of the Project, and C. It is a necessary condition under the RFP document that the members of the Consortium shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Proposal.

Instruction to Bidders

36

Request For Proposal Document Public Works Department, Government of Uttarakhand

NOW IT IS HEREBY AGREED as follows: 1. Definitions and Interpretations a) In this Agreement, the capitalised terms shall, unless the context otherwise requires, have the meaning ascribed thereto under the RFP. 2. Consortium a) The Parties do hereby irrevocably constitute a consortium (the Consortium) for the purposes of jointly participating in the Bidding Process for the Project. b) The Parties hereby undertake to participate in the Bidding Process only through this Consortium and not individually and/ or through any other consortium constituted for this Project, either directly or indirectly or through any of their Associates. 3. Covenants a) The Parties hereby undertake that in the event the Consortium is declared the Successful Bidder and awarded the Project, it shall incorporate a special purpose vehicle (the SPV) under the Indian Companies Act, 1956 for entering into a Concession Agreement with the Authority and for performing all its obligations as the Concessionaire in terms of the Concession Agreement for the Project. 4. Role of the Parties The Parties hereby undertake to perform the roles and responsibilities as described below: a) Party of the First Part shall be the Lead member of the Consortium and shall have the power of attorney from all Parties for conducting all business for and on behalf of the Consortium during the Bidding Process and until the Appointed Date under the Concession Agreement when all the obligations of the SPV shall become effective; b) Party of the Second Part shall be the Technical Member of the Consortium; c) Party of the Third Part shall be the Financial Member of the Consortium; d) Party of the Fourth Part shall be the Operation and Maintenance Member/ Other Member of the Consortium. 5. Joint and Several Liabilities a) The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities relating to the Project and in accordance with the terms of the RFP and the Concession Agreement, till such time as the Financial Close for the Project is achieved under and in accordance with the Concession Agreement.

Instruction to Bidders

37

Request For Proposal Document Public Works Department, Government of Uttarakhand

6. Shareholding in the SPV a) The Parties agree that the proportion of shareholding among the Parties in the SPV shall be as follows: First Party: ............................ Second Party: ......................... Third Party: ............................ Fourth Party: .......................... b) The Parties undertake that a minimum of 26% (twenty six per cent) of the subscribed and paid up equity share capital of the SPV shall, at all times till the second anniversary of the date of commercial operation of the Project, be held by the Parties of the First, {Second and Third} Part whose experience and net worth have been reckoned for the purposes of qualification and short-listing of Bidders for the Project in terms of the RFP c) The Parties undertake that each of the Parties specified in Clause 6 (b) above shall, at all times between the commercial operation date of the Project and the second anniversary thereof, hold subscribed and paid up equity share capital of SPV equivalent to at least 5% (five per cent) of the Total Project Cost. d) The Parties undertake that they shall collectively hold at least 51% (fifty one per cent) of the subscribed and paid up equity share capital of the SPV at all times until two (2) years of the commercial operation date of the Project. e) The Parties undertake that they shall comply with all equity lock-in requirements set forth in the Concession Agreement. f) The Parties undertake that the O&M Member shall subscribe and hold at least 10% (ten per cent) of the subscribed and paid up equity shares in the SPV in terms of the Concession Agreement. 7. Representation of the Parties Each Party represents to the other Parties as of the date of this Agreement that: (a) Such Party is duly organised, validly existing and in good standing under the laws of its incorporation and has all requisite power and authority to enter into this Agreement; (b) The execution, delivery and performance by such Party of this Agreement has been authorised by all necessary and appropriate corporate or governmental action and a copy of the extract of the charter documents and board resolution/ power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Member is annexed to this Agreement, and will not, to the best of its knowledge: i. ii. require any consent or approval not already obtained; violate any Applicable Law presently in effect and having applicability to it;

Instruction to Bidders

38

Request For Proposal Document Public Works Department, Government of Uttarakhand

iii. iv.

v.

violate the memorandum and articles of association, by-laws or other applicable organisational documents thereof; violate any clearance, permit, concession, grant, license or other governmental authorisation, approval, judgement, order or decree or any mortgage agreement, indenture or any other instrument to which such Party is a party or by which such Party or any of its properties or assets are bound or that is otherwise applicable to such Party; or create or impose any liens, mortgages, pledges, claims, security interests, charges or Encumbrances or obligations to create a lien, charge, pledge, security interest, encumbrances or mortgage in or on the property of such Party, except for encumbrances that would not, individually or in the aggregate, have a material adverse effect on the financial condition or prospects or business of such Party so as to prevent such Party from fulfilling its obligations under this Agreement;

(c) This Agreement is the legal and binding obligation of such Party, enforceable in accordance with its terms against it. (d) There is no litigation pending or, to the best of such Partys knowledge, threatened to which it or any of its Affiliates is a party that presently affects or which would have a material adverse effect on the financial condition or prospects or business of such Party in the fulfilment of its obligations under this Agreement. 8. Termination a) This Agreement shall be effective from the date hereof and shall continue in full force and effect until the Financial Close of the Project is achieved under and in accordance with the Concession Agreement, in case the Project is awarded to the Consortium. b) However, in case the Consortium is either not pre-qualified for the Project or does not get selected for award of the Project, the Agreement will stand terminated in case the Bidder is not pre-qualified or upon return of the Bid Security by the Authority to the Bidder, as the case may be. 9. Miscellaneous This Joint Bidding Agreement shall be governed by laws of India. The Parties acknowledge and accept that this Agreement shall not be amended by the Parties without the prior written consent of the Authority. IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED For and on behalf of : LEAD MEMBER by: (Signature)

Instruction to Bidders

39

Request For Proposal Document Public Works Department, Government of Uttarakhand

(Name) (Designation) (Address) SIGNED, SEALED AND DELIVERED For and on behalf of : SECOND PART by: (Signature) (Name) (Designation) (Address) SIGNED, SEALED AND DELIVERED For and on behalf of : THIRD PART by: (Signature) (Name) (Designation) (Address) SIGNED, SEALED AND DELIVERED For and on behalf of : FOURTH PART by: (Signature) (Name) (Designation) (Address) In the presence of: 1) 2) Notes: 1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the procedure, if any, lay down by the Applicable Law and the charter documents of the executants(s) and when it is so required, the same should be under common seal affixed in accordance with the required procedure. 2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and documents such as resolution / power of attorney in favour of the person executing this Agreement for the delegation of power and authority to execute this Agreement on behalf of the Consortium Member. 3. For a Joint Bidding Agreement executed and issued overseas, the document shall be legalised by the Indian Embassy and notarised in the jurisdiction here the Power of Attorney has been executed.

Instruction to Bidders

40

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 9 Format for Financial Capability Proposal


Annual Turnover Year 1 (From Year 2 (From Year 3 (From Year 1 (As 1st April 2009 1st April 2008 1st April 2007 on 31st to 31st March to 31st March to 31st March March 2010) 2010) 2009) 2008) Net Worth

(Equivalent in Rs. lakhs)

Bidder Sole Bidder Lead Member of Consortium Other Member 1 (in case of Consortium) Other Member 2 (in case of Consortium) Other Member 3 (in case of Consortium) Other Member 4 (in case of Consortium) Total

1. Any Sole Bidder should fill in details as per the row titled Sole Bidder and ignore the rows below. In case of a Consortium, ignore the first row and provide relevant details in subsequent rows.
General Instructions: 1. Net Worth For Company = (Paid-up Capital fund + Reserves) - (Revaluation reserves + Miscellaneous expenditure not written off) Annual Turnover = Total revenues earned from business operation as indicated in the annual financial statement The financial year would be the same as followed by the Bidder for its annual report. Year I will be the latest completed financial year for which the audited balance sheet is available. Year 2 shall be the year immediately preceding Year 1. The Bidder shall provide the audited annual financial statements as required for this RFP Document. Failure to do so would be considered as a nonresponsive bid. The Bidder should clearly indicate the calculations and references in the financial statements in arriving at the above numbers in an attached worksheet.

2. 3.

4. 5.

Instruction to Bidders

41

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 10

Format for Technical Capability Proposal


Sr. No Name of the Applicant Name of Project Project Project Cost / Experience Category Code Certified billings Factor Score (Rs. in millions) a b c 1a 1b 1c 2a 2b 2c 3a 3b 3c Total

1 Sole Applicant 2 Lead Member of Consortium 3 Other Member 1 (in case of Consortium) 4 Other Member 2 (in case of Consortium)

* Multiply Experience by applicable factor set out in Table 1 in Clause 4.1.5. Note: 1. Any Bidder consisting of a single entity should fill in details as per the row titled Sole Bidder and ignore the other rows mentioned below. In case of a Consortium, the details need to be provided as per the lower rows and the row titled Single Entity Bidder may be ignored. 2. For a Sole Bidder, the Project Codes would be a, b, c etc. In case the Bidder is a Consortium then for Lead Member the project codes would be 1a, 1b, 1c, etc., for Other Member 1, the Project Codes shall be 2a, 2b, 2c, etc and for Other Member 2, the Project Codes shall be 3a, 3b, 3c, etc. 3. In the event that both the members of a Consortium had participated in the same project, only one member should mention the project. In case both the members mention the project, the experience of the member with the highest experience factor for that project shall be considered and the experience of the other member shall not be considered for the purpose of evaluation of the Proposals. However in case that both the members intending to quote experience under Category 3&4 have participated in the same project, then these members may quote same project provided that their scope of work were independent. The scope of work shall not be considered to be independent in case of any project if: i) Any member is sub-contractor of other member. ii) Payment of billings to any member has been made out of billings of the other member. iii) Payments of billings have been made jointly to the members as a consequence of a joint contract with the party making the payment specifically providing for such joint payment.

Instruction to Bidders

42

Request For Proposal Document Public Works Department, Government of Uttarakhand

Appendix 10A Format for Eligible Project Details Refer Instruction 3 7 4 (Bidder to fill up the Details here)

Name of the Entity 1 Category Project Code Title & Nature of the Project Entity for which the project was constructed/ developed Location Date of Commencement of Project/ Contract Date of Completion/ Commissioning Equity Shareholding Instructions

5 6

1. Bidders are expected to provide information in respect of projects in this 2. 3. 4. 5. 6. 7. 8.

section. Information provided in this section is intended to serve as a back up for information provided in accordance with Appendix 10. A separate sheet should be filled for each of the projects. Refer Clause 4.1.5 for Category. Own/ Government Agency (Concession Grantor, Counter Party to PPA, etc.)/ Client (in case of construction contract). Details such as name, address and contact details need to be provided. For Category 1, 2 date of commissioning should be provided. In case of Category 3,4 date of completion should be provided. For all the Categories, the equity shareholding of the Bidder in the project as on date of commissioning needs to be provided. Refer Appendix 10. Certificate from the client / employer/ relevant authority (in case of Category 3,4) or a certificate from the Bidders relevant authority/ statutory auditor (in case of Category 1 and 2) must be furnished stating the following details (as provided in Appendix 10B): (a) Date of completion / date of commissioning of the project (b) Project Cost(in case of Category 1)/ Certified Billings (in case of Category 2) (c) Equity shareholding as on date of commissioning (only in case of Category 1).

It may be noted that in the absence of anyone of the above (including the Bidders Certificate), the information would be considered inadequate and could lead to exclusion of the relevant project in computation of Experience Score.

Name of Sole Applicant, Lead Member or Other Member who has undertaken the Project 43

Instruction to Bidders

Request For Proposal Document Public Works Department, Government of Uttarakhand

Appendix 10B Guidelines for Providing Information Related to Experience It may be noted that in the absence of any detail from the certificates specified in the following paragraphs, the information would be considered inadequate and could lead to exclusion of the relevant project in computation of Experience Score 2. 1. If the Bidder is claiming experience under Category 1 and 2 3, the Bidder should provide a certificate from his statutory auditor in format given below: This is to certify that ___________ (Name of the Bidder) had developed the _____________ (Title, Location & Nature of the Project) project and was commissioned on _______ and __________ (Name of the Bidder) held ____% of the equity capital in the Project as on the date of commissioning. We further certify that total cost of the Project as on the date of commissioning was _______. Signature of the Authorised Signatory 2. If the Bidder is claiming experience under Category 3 and 4 4, a. the Bidder should provide certificate from the client / employer, which should contain the following minimum details: Title & Nature of the Project Entity for which the Project was constructed Work executed by the Bidder Names of all the Consortium members (in case of jobs / contracts which have been executed as part of a Consortium) Value of the job / contract / certified billing Date of completion / certified billing b. In case a particular job / contract has been jointly executed by the Bidder (as part of a consortium), he should further support his claim for the share in work done for that particular job / contract by producing a certificate from his statutory auditor or the client / employer in the format given below. This certificate would be in addition to the abovementioned certificate from the client. Certificate from the Statutory Auditor 5 / Client / Employer This is to certify that ___________ (Name of the Bidder) has constructed _____________ (Title of the Project). We further certify that _________ (Name of the Bidder) has earned an income of ________ (Amount) from this project. Signature of the Authorised Signatory

Refer Clause 4.1.6 of the RFP document Refer Clause 4.1.1 of the RFP document 4 Refer Clause 4.1.1 of the RFP document 5 To be provided in case of jobs / contracts executed as part of a Consortium / Joint Venture
3

Instruction to Bidders

44

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 11 : Format for Financial Proposal


Date : To,

Superintendent Engineer Public Works Department 2nd Circle P.W.D. Nainital


Dear Sir,

Nainital on Build, Operate and Transfer (BOT)-Annuity basis, in Uttarakhand (the Project) We are pleased to submit our Financial Proposal for the Development of Bridge across Kosi River, at Ramnagar, Nainital (the "Project"). Description Annuity Payment* * Payable annually in terms of Schedule U of the Draft Concession Agreement. (Amount in Figures) (Amount in Words)

Re: Proposal for Development of Bridge across Kosi River, at Ramnagar,

We have reviewed all the terms and conditions of the Request for Proposal (RFP) Document including the Draft Concession Agreement and will undertake to abide by all the terms and conditions contained therein. We hereby declare that there are, and shall be, no deviations from the stated terms in the RFP Document. . Name of the Bidder .Signature of the Authorised Person .Name of the Authorised Person

Note:

On the Letterhead of the Bidder and to be signed by the bidder. In case of difference in amount quoted in figures and words, the lower value would be considered for evaluation.

Instruction to Bidders

45

Request For Proposal Document Public Works Department, Government of Uttarakhand

APPENDIX 12 List of attachments with the bid

S No 1. 2. 3. 4. 5.

Description Acknowledgement of RFP Document and Notification of Intent to Submit Proposal Key Submissions (as per Appendix 1 to 9) Technical Proposal Financial Proposal Bank Draft towards cost of RFP document or copy of the receipt, if hard copy of RFP purchased.

Instruction to Bidders

46

Request For Proposal Document Public Works Department, Government of Uttarakhand

Part II Draft Concession Agreement

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

Draft Concession Agreement between

THE Public Works Department, Government of Uttarakhand (PWD) acting through ______________________ (designation of authorised officer)

and ___________________________________________ (Concessionaire)

For

Development of Bridge across Kosi River at Ramnagar, Nainital in Build, Operate and Transfer (BOT) Annuity mode

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

Table of Contents
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. ARTICLE 1 : DEFINITIONS AND INTERPRETATION..........................................7 ARTICLE 2 : CONCESSION AND PROJECT SITE.............................................18 ARTICLE 3 : PERFORMANCE SECURITY...........................................................21 ARTICLE 4 : ANNUITY.........................................................................................22 ARTICLE 5 : FEE...................................................................................................25 ARTICLE 6 : OBLIGATIONS AND UNDERTAKINGS..........................................26 ARTICLE 7 : INDEPENDENT ENGINEER............................................................30 ARTICLE 8 : STEERING GROUP .........................................................................31 . ARTICLE 9 : DRAWINGS......................................................................................32 ARTICLE 10 : PROJECT IMPLEMENTATION AND OPERATIONS...................34 ARTICLE 11 : FINANCING ARRANGEMENT......................................................42 ARTICLE 12 : SUPERVISION CHARGES.............................................................42 ARTICLE 13 : INSURANCES................................................................................43 . ARTICLE 14 : CHANGE OF SCOPE ....................................................................44 ARTICLE 15 : CAPACITY AUGMENTATION AND ADDITIONAL FACILITY....46 ARTICLE 16 : FORCE MAJEURE.........................................................................47 ARTICLE 17 : EVENTS OF DEFAULT AND TERMINATION.............................53 ARTICLE 18 : CHANGE IN LAW .........................................................................58 . ARTICLE 19 : HANDOVER AND DEFECT LIABILITY PERIOD.........................58 ARTICLE 20 : DISPUTE RESOLUTION...............................................................59 ARTICLE 21 : REPRESENTATIONS AND WARRANTIES, DISCLAIMER..........61 ARTICLE 22 : MISCELLANEOUS.........................................................................64

SCHEDULE A : PROJECT.................................................................................................71 SCHEDULE B : PROJECT SITE........................................................................................75 SCHEDULE C : PROJECT FACILITY...............................................................................76

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE D : PROJECT COMPLETION SCHEDULE...................................................77 SCHEDULE E : BILL OF QUANTITIES............................................................................78 SCHEDULE F : FEE NOTIFICATION...............................................................................79 SCHEDULE G : ENVIRONMENTAL CLEARANCES.........................................................80 SCHEDULE H : CASHFLOW PROJECTIONS..................................................................81 SCHEDULE I : STATE SUPPORT AGREEMENT.............................................................82 SCHEDULE J : PART A : INDEPENDENT ENGINEER'S SERVICES..............................91 SCHEDULE J : PART B : PWD ENGINEER'S SERVICES................................................93 SCHEDULE K : DRAWINGS..............................................................................................94 SCHEDULE L : SPECIFICATIONS AND STANDARDS....................................................97 SCHEDULE M : TESTS....................................................................................................101 SCHEDULE N : COMPLETION CERTIFICATE..............................................................106 SCHEDULE O : MINIMUM MAINTENANCE REQUIREMENTS.....................................107 SCHEDULE P : SAFETY STANDARDS...........................................................................112 SCHEDULE Q : PROFORMA OF BANK GUARANTEE I............................................113 SCHEDULE S : SUBSTITUTION AGREEMENT .............................................................118 . SCHEDULE T : MEMORANDUM OF UNDERSTANDING..............................................128 SCHEDULE U : ANNUITY PAYMENTS..........................................................................129

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

CONCESSION AGREEMENT THIS CONCESSION AGREEMENT is entered into on this the -------- day of -------- (Month) ------ (Year) at -------------. BETWEEN, THE Public Works Department, Government of Uttarakhand, represented by its ____________ and having its office at ____________________ (hereinafter referred to as the Authority or PWD which expression shall, unless repugnant to the context or meaning thereof, include its administrators, successors and assigns) of One Part; AND M/s _______________ Limited, a company incorporated under the Companies Act, 1956, having its registered office at ---------------------------- hereinafter referred to as the "Concessionaire" (which expression shall include its permitted successors and assigns). WHEREAS, A. Public Works Department, Government of Uttarakhand, propose Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis (the Project). The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR). B. The Authority had accordingly invited proposals by its Notice/ Request for Proposal No. Nil dated __________ (the Request for Proposal or RFP) for short listing of bidders for development, construction, operation and maintenance of the above referred Project on BOT Annuity basis and had shortlisted certain bidders including, inter alia, the {the selected bidder/ consortium comprising ., . and (collectively the Consortium) with .. as its Lead Member}. C. The Authority had prescribed the technical and commercial terms and conditions, and invited bids (the Request for Proposals or RFP) from the bidders shortlisted for undertaking the Project.
Draft Concession Agreement 5

Request For Proposal Document Public Works Department, Government of Uttarakhand

D. After evaluation of the bids received, the Authority had accepted the bid of the {selected bidder/ Consortium} and issued its Letter of Award No. .. dated .. (hereinafter called the LOA) to the {selected bidder/ Consortium} requiring, inter alia, the execution of this Concession Agreement within 45 (forty-five) days of the date of issue thereof. E. {The selected bidder/ Consortium has since promoted and incorporated the Concessionaire as a limited liability company under the Companies Act 1956, and has requested the Authority to accept the Concessionaire as the entity which shall undertake and perform the obligations and exercise the rights of the selected bidder/ Consortium under the LOA,} including the obligation to enter into this Concession Agreement pursuant to the LOA for executing the Project. F. {By its letter dated ., the Concessionaire has also joined in the said request of the selected bidder/ Consortium to the Authority to accept it as the entity which shall undertake and perform the obligations and exercise the rights of the selected bidder/ Consortium including the obligation to enter into this Concession Agreement pursuant to the LOA. The Concessionaire has further represented to the effect that it has been promoted by the selected bidder/ Consortium for the purposes hereof.} G. The Authority has agreed to the said request of the {selected bidder/Consortium and the} Concessionaire, and has accordingly agreed to enter into this Concession Agreement with the Concessionaire for execution of the Project on BOT Annuity basis, subject to and on the terms and conditions set forth hereinafter.

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. ARTICLE 1 : DEFINITIONS AND INTERPRETATION 1.1. Definitions

In this Agreement, the following words and expressions shall, unless repugnant to the context or meaning thereof, have the meaning hereinafter respectively assigned to them: "Accounting Year" means the financial year commencing from 1st April of any calendar year and ending on 31st March of the next calendar year. "Agreement" means this agreement including Schedules 'A' through U hereto, and any amendments thereto made in accordance with the provisions of this Agreement. Annuity shall have the meaning ascribed to it in Article 4. Annuity Payment Date means each date specified as such in Article 4. Annuity Payment Period means each period for which the Annuity is payable in accordance with the provisions of this Agreement as set out in Article 4. "Applicable Laws" means all laws, promulgated or brought into force and effect by PWD or STG including regulations and rules made thereunder, and judgements, decrees, injunctions, writs and orders of any court of record, as may be in force and effect during the subsistence of this Agreement. "Applicable Permits" means all clearances, permits, authorisations, consents and approvals under or pursuant to Applicable Laws, required to be obtained and maintained by the Concessionaire, in order to implement the Project and to provide Project Facility in accordance with this Agreement. Arbitration Act means the Arbitration and Concilation Act, 1996 and shall include modifications to or any re-enactment thereof as in force from time to time. "Bill of Quantities" means bill of quantities set forth in Schedule E. Cashflow Projections means the estimates of cashflows of the Project as set out in Schedule H. Change in Law means the occurrence of any of the following after the date of this Agreement :
Draft Concession Agreement 7

Request For Proposal Document Public Works Department, Government of Uttarakhand

a. the enactment of any new Indian law; b. the repeal, modification or re-enactment of any existing Indian law: c. the commencement of any Indian law which has not entered into effect until the date of this Agreement; d. a change in the interpretation or application of any Indian law by a court of record as compared to such interpretation or application by a court of record prior to the date of this Agreement; or e. any change in the rates of any of the Taxes. COD" means the commercial operations date of the Project which shall be the date on which the Independent Engineer has issued the Completion Certificate or the Provisional Certificate in accordance with the provisions of this Agreement. Commencement Date means the date on which the physical possession of the Project Site is delivered by PWD to the Concessionaire, which shall not be later than 30 days from the date of this Agreement. Completion Certificate means the certificate Independent Engineer pursuant to Article 10.3(d). issued by the

Concession shall have the meaning ascribed thereto in Article 2.1. "Concession Period" means the period as applicable specified in Article 2.2. "Concessionaire" means M/s. XXXX and shall include its successors and permitted assigns expressly approved by PWD. Consortium1 means the consortium consisting of (i) AAAA (ii) BBBB and (iii) CCCC formed/ acting pursuant to the Memorandum of Understanding dated --------------- (Schedule T) entered into by them, for the purpose of bidding for the Project and in the event of being successful to implement the Project through a special purpose vehicle to be formed and incorporated by them in India.

This definition is project specific would be required only where a consortium is the successful bidder and not otherwise.

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

"Construction Works" means all works and things necessary to achieve commercial operation of the Project in accordance with this Agreement. Contractor means Person with whom the Concessionaire has entered into/ may enter into all or any of the Project Agreements. "Cure Period" means the period specified in this Agreement for curing any breach or default of any provision of this Agreement by the Party responsible for such breach or default. Debt Due" means the aggregate of the following sums expressed in Rupees outstanding and payable to the Lenders under the Financing Documents: (i) the principal amount of the debt provided by the Lenders under the Financing Documents for financing the Project (the"principal") which is outstanding as on the Termination Date but excluding any part of the principal that had fallen due for repayment one year prior to the Termination Date unless such repayment had been rescheduled with the prior consent of PWD; and (ii) all accrued interest, financing fees and charges payable on or in respect of the debt referred to in sub-clause (i) above up to the date preceding the Termination Date but excluding (a) any interest, fees or charges that had fallen due one year prior to the Termination Date, and (b) penal interest or charges payable under the Financing Documents to the Lenders. "Dispute" shall have the meaning ascribed thereto in Article 20.1. "Dispute Resolution Procedure" means the procedure for resolution of Dispute set forth in Article 20. "Drawings" means all of the drawings, designs, calculations and documents pertaining to the Project as set forth in Schedule K and shall include "as built" drawings of the Project. "Emergency" means a condition or situation that is likely to endanger the security of the individuals on or about the Project including users thereof or which poses an immediate threat of material damage to any of the Project Assets. "Encumbrance" means any encumbrance such as mortgage, charge, pledge, lien, hypothecation, security interest, assignment, privilege or priority of any kind having the effect of security or other such obligations and shall include without limitation any designation of loss payees or beneficiaries or any similar arrangement under any insurance policy pertaining to the Project, physical encumbrances and encroachments on the Project Site.
Draft Concession Agreement 9

Request For Proposal Document Public Works Department, Government of Uttarakhand

"Equity" means the sum expressed in Rupees representing the equity share capital of the Concessionaire and shall include the funds advanced by any member of the Consortium or by any of its shareholders to the Concessionaire for meeting equity component of the Total Project Cost. Provided, however, that for purposes of computing Termination Payment under this Agreement, Equity shall be reckoned as an amount that is arrived at after excluding from the equity share capital of the Concessionaire the sum by which the capital cost of the Project as stated by the Concessionaire for purposes of claiming Termination Payment exceeded the Total Project Cost unless such excess cost has been incurred with the approval of the Lenders and PWD. Provided further, any equity brought in after COD shall not be considered or taken into account for the purpose of Termination Payment. "Fee" means the fee chargeable for a vehicle using the Project Facility in accordance with the Fee Notification. Fee Notification means the notification as per draft appended hereto as Schedule F to be published by PWD, in exercise of the powers conferred by the relevant provisions by the State Government and the rules framed thereunder, authorising the levy and collection of the Fee by the PWD or its authorised Contractor in accordance with the provisions of this Agreement and includes a revised Fee Notification, if any. "Financing Documents" means the documents executed by the Concessionaire in respect of financial assistance (including refinancing) for the Project to be provided by the Lenders by way of loans, advances, subscription to debentures and other debt instruments and guarantees, risk participation, take-out financing or any other form of credit enhancement and shall include loan agreements, guarantee agreements, subscription agreements, notes and any documents providing security for such financial assistance, and includes amendments or modifications made thereto. "Financial Close" means the date on which the Financing Documents providing for funding by the Lenders have become effective and the Concessionaire has immediate access to such funding under the Financing Documents. Financial Package means the financing package indicating the total capital cost of the Project and the means of financing thereof, as set forth in the Techno Economic Feasibility Report and approved by Senior Lenders, and includes Equity, all financial assistance specified in the Financing Agreements, Subordinated Debt and Equity Support, if any; "Force Majeure Event" shall have meaning ascribed thereto in Article 16.1.
Draft Concession Agreement 10

Request For Proposal Document Public Works Department, Government of Uttarakhand

"Good Industry Practice" means those practices, methods, techniques, standards, skills, diligence and prudence which are generally and reasonably expected of and accepted internationally from a reasonably skilled and experienced operator engaged in the same type of undertaking as envisaged under this Agreement and acting generally in accordance with the provisions of the NH Act, and would mean good engineering practices in the design, engineering, construction and project management and which would be expected to result in the performance of its obligations by the Concessionaire and in the operation and maintenance of the Project in accordance with this Agreement, Applicable laws, Applicable Permits, reliability, safety, environment protection, economy and efficiency. "Government Agency" means PWD, STG or any state government or governmental, department, commission, board, body, bureau, agency, authority, instrumentality, court or other judicial or administrative body, central, state, or local, having jurisdiction over the Concessionaire, the Project Assets or any portion thereof, or the performance of all or any of the services or obligations of the Concessionaire under or pursuant to this Agreement. "Implementation Period" means the period beginning from the Commencement Date and ending on the COD Independent Engineer means the Independent Engineer appointed pursuant to Article 7.1. Indirect Political Event shall have the meaning ascribed thereto in Article 16.3. Initial Investment shall have the meaning ascribed thereto in Schedule H "Internal Rate of Return" shall have the meaning ascribed thereto in Schedule H. "Lenders" means financial institutions, banks, funds, trusts or trustees of the holders of debentures or other securities their successors and assigns, who provide financial assistance to the Concessionaire under any of the Financing Documents. Maintenance Manual shall have the meaning ascribed to it in Article 10.5. "Maintenance Programme" shall have the meaning ascribed to it in Article 10.6.

Draft Concession Agreement

11

Request For Proposal Document Public Works Department, Government of Uttarakhand

"Material Adverse Effect" means material adverse effect on (a) the ability of the Concessionaire to observe and perform any of its rights and obligations under and in accordance with the provisions of this Agreement and/or (b) the legality, validity, binding nature or enforceability of this Agreement. Material Breach means a breach by either Party of any of its obligations under this Agreement which has/ likely to have a Material Adverse Effect on the Project and which such Party shall have failed to cure within the Cure Period. Minimum Maintenance Requirements means minimum maintenance requirements for the maintenance of the Project as set forth in Schedule O. Non Political Event shall have the meaning ascribed thereto in Article 16.2. "O&M" means the operation and maintenance of the Project during Operations Period including but not limited to functions of maintenance, and performance of other services incidental thereto. "O&M Contract" means the Operation and Maintenance Contract that may be entered into between the Concessionaire and the O&M Contractor for O&M of the Project/Project Facility. "O&M Contractor" means the person or entity with whom the Concessionaire has entered into an O&M Contract for discharging O&M functions for and on behalf of the Concessionaire. "O&M Expense" means expenses incurred by or on behalf of the Concessionaire, duly certified by its Statutory Auditors for all regularly scheduled and reasonably anticipated O&M during Operations Period, including, without limitation (a) all cost of salaries and other employee compensation and contract fee payable to the O&M Contractor, if any, (b) cost of materials, supplies, utilities and other services, (c) premia for insurance, (d) all franchise, excise, property and other similar taxes and all costs and fees incurred in order to obtain and maintain all Applicable Permits necessary for the O&M of the Project/Project Facility at its full design capacity, (e) all repair, replacement and maintenance costs of the Project/Project Facility, and (f) all other expenditures required to be incurred under Applicable Law or under Applicable Permits necessary for the operation and maintenance of the Project according to the Specifications and Standards at its full design capacity. "Operations Period" means the period commencing from COD and ending at the expiry of the Concession Period.

Draft Concession Agreement

12

Request For Proposal Document Public Works Department, Government of Uttarakhand

"Parties means the parties to this Agreement collectively and "Party" shall mean either of the Parties to this Agreement individually. "Performance Security" means the Performance Security for construction or Performance Security for operation and maintenance as applicable in terms of Article 3. Person means any individual, company, corporation, partnership, joint venture, trust, unincorporated organisation, government or Government Agency or any other legal entity. Political Event shall have the meaning ascribed thereto in Article 16.4. "Project" means the project described in Schedule A and the Project Assets and Project Facilities as decsribed in Schedule C which the Concessionaire is required to design, engineer, procure, finance, construct, operate, maintain and transfer in accordance with the provisions of this Agreement. Project Agreements means collectively this Agreement, any contract for the design, engineering, procurement and construction of the Project, O&M Contract and any other material contract (other than the Financing Documents) entered into or may hereafter be entered into by the Concessionaire in connection with the Project. Project Assets means all physical and other assets relating to and forming part of the Site including (a) rights over the Site in the form of licence, Right of Way or otherwise; (b) tangible assets such as civil works and equipment including foundations, embankments, pavements, road surface, interchanges, bridges, culverts, road over bridges, drainage works, traffic signals, sign boards, kilometrestones, electrical systems, communication systems, rest areas, relief centres, maintenance depots and administrative offices; (c) Project Facilities situated on the Site; (d) all rights of the Concessionaire under the Project Agreements; (e) financial assets, such as receivables, security deposits etc.; (f) insurance proceeds; and (g) Applicable Permits and authorisations relating to or in respect of the Project; "Project Completion" shall have the meaning ascribed thereto in Article 10.2. "Project Completion Schedule means the progressive Project milestones set forth in Schedule D for the implementation of the Project. "Project Facility" means collectively the facilities on the Project Site to be constructed, built, installed, errected or provided by the

Draft Concession Agreement

13

Request For Proposal Document Public Works Department, Government of Uttarakhand

Concessionaire for use of the traffic by implementing the Project and more specifically set out in Schedule C. Project Site means the real estate particulars whereof are set out in Schedule B on which the Project is to be implemented and the Project Facility is to be provided in accordance with this Agreement. "Provisional Certificate" shall have the meaning ascribed to it in Article 10.3(e). "Punch List" shall have the meaning ascribed thereto in Article 10.3(e). PWD Engineer means the Engineer in the Public Works Department/ Roads and Building Department of STG designated by PWD under written communication to the Concessionaire, to undertake, perform, carry out such functions, duties, responsibilities, services and activities set forth in Part B of Schedule J hereto and elsewhere in this Agreement. "Rs." or "Rupees" refers to the lawful currency of the Republic of India. "SBI PLR" means the prime lending rate per annum for loans with 1 (one) year maturity as fixed from time to time by the State Bank of India, and in the absence of such rate, the average of the prime lending rates for loans with 1 (one) year maturity fixed by the Bank of India and the Bank of Baroda and failing that any other arrangement that substitutes such prime lending rate as mutually agreed between the Parties. "Scheduled Project Completion Date" shall have the meaning set forth in Article 10.2(b). "Specifications and Standards" means the specifications and standards relating to the quality, capacity and other requirements for the Project as set forth in Schedule L and any modifications thereof, or additions thereto as included in the design and engineering for the Project submitted by the Concessionaire to, and expressly approved by PWD. Sponsors shall mean (i) ---------------- (ii) ---------------- (iii) ------- and (iv) -----------------. STG means the government of the State of Uttarakhand. State Support Agreement means the agreement substantially in the form set out in Schedule I to be entered into amongst STG, PWD and the Concessionaire. "Statutory Auditors" means a reputed firm of Chartered Accountants duly licensed to practice in India acting as statutory auditors of the Concessionaire.

Draft Concession Agreement

14

Request For Proposal Document Public Works Department, Government of Uttarakhand

Steering Group means the Steering Group constituted pursuant to Article 8.1. "Substitution Agreement" means the agreement to be entered into among the Concessionaire, PWD, STG and the Lenders in the form set forth in Schedule S providing, inter alia, for the substitution of the Concessionaire by another Person subject to and in accordance with the provisions of this Agreement and the Substitution Agreement. "Termination" means temination of this Agreement and the Concession hereunder pursuant to a Termination Notice or otherwise in accordance with the provisions of this Agreement but shall not, unless the context otherwise requires, include the expiry of this Agreement/Concession due to expiry to the Concession Period in the normal course. "Termination Date" means the date on which the Termination occurs which shall be the date on which Termination Notice has been delivered or deemed to have been delivered by a Party issuing the same to the other Party in accordance with the provisions of this Agreement. Termination Notice means a communication in writing by a Party to the other Party regarding Termination in accordance with the applicable provisions of this Agreement. Termination Payment means the aggregate of the amounts payable by PWD to the Concessionaire under this Agreement upon Termination including Termination Payment receivable by the Concessionaire pursuant to Article 17.4. Tests means the tests to be carried out as set forth in and in accordance with Schedule M to determine the Project Completion and its certification by the Independent Engineer prior to commencement of commercial operation of the Project. Toll Plaza means collectively the structures, equipment, system or mechanism and barriers erected or installed for the purpose of regulating the entry/exit of vehicles using the Project and for collection of Fee in accordance with the provisions of this Agreement. Total Project Cost means the lowest of the following : a. a sum of Rs. 21.17 crores; b. actual capital cost of the Project upon completion of the Project as certified by the Statutory Auditors; or c. total project cost as set forth in Financing Documents. WPI means the wholesale price index published monthly by the Ministry of Industry, India and shall include any index which substitutes the WPI.

Draft Concession Agreement

15

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.2

Interpretation 1.2.1 In this Agreement, unless the context otherwise requires,

(a) any reference to a statutory provision shall include such provision as is from time to time modified or re-enacted or consolidated so far as such modification or re-enactment or consolidation applies or is capable of applying to any transactions entered into hereunder; (b) references to Indian law shall include the laws, acts, ordinances, rules, regulations, guidelines or byelaws which have the force of law in any State or Union Territory forming part of the Union of India; (c) the words importing singular shall include plural and vice versa, and words denoting natural persons shall include partnerships, firms, companies, corporations, joint ventures, trusts, associations, organisations or other entities (whether or not having a separate legal entity);

(d) the headings are for convenience of reference only and shall not be used in, and shall not affect, the/construction or interpretation of this Agreement; (e) terms and words beginning with capital letters and defined in this Agreement including the Schedules; (f) (g) the words "include" and "including" are to be construed without limitation; references to "construction" include, unless the context otherwise requires investigation, design, engineering, procurement, delivery, transportation, installation, processing, fabrication, testing, commissioning and other activities incidental to the construction;

(h) any reference to any period of time shall mean a reference to that according to Indian Standard Time; (i) (j) (k) any reference to day shall mean a reference to a calendar day; any reference to month shall mean a reference to a calendar month; the Schedules to this Agreement form an integral part of this Agreement and will be in full force and effect as though they were expressly set out in the body of this Agreement; any reference at any time to any agreement, deed, instrument, license or document of any description shall be construed as reference to that agreement, deed, instrument, license or other document as amended,

(l)

Draft Concession Agreement

16

Request For Proposal Document Public Works Department, Government of Uttarakhand

varied, supplemented, modified or suspended at the time of such reference; (m) references to recitals, Articles, sub-articles, clauses, or Schedules in this Agreement shall, except where the context otherwise requires, be deemed to be references to recitals, Articles, sub-articles, clauses and Schedules of or to this Agreement; (n) any agreement, consent, approval, authorisation, notice, communication, information or report required under or pursuant to this Agreement from or by any Party or the Independent Engineer shall be valid and effectual only if it is in writing under the hands of duly authorised representative of such Party or the Independent Engineer, as the case may be, in this behalf and not otherwise; (o) any reference to any period commencing "from" a specified day or date and "till" or "until" a specified day or date shall include both such days or dates; and (p) the damages payable by either Party to the other of them as set forth in this Agreement, whether on per diem basis or otherwise, are mutually agreed genuine pre-estimated loss and damage likely to be suffered and incurred by the Party entitled to receive the same and are not by way of penalty or liquidated damages; (q) unless otherwise expressly provided in this Agreement, any documentation required to be provided or furnished by the Concessionaire to PWD/Steering Group and/or the Independent Engineer shall be provided free of cost and in three copies and if PWD/Steering Group and/or the Independent Engineer is required to return any such documentation with their comments and/or approval, they shall be entitled to retain two copies thereof. 1.2.2 Measurements and Arithmetic Conventions All measurements and calculations shall be in metric system and calculations done to 2 decimal places, with the third digit of 5 or above being rounded up and below 5 being rounded down except in Fee calculation which shall be rounded off to nearest rupee. 1.2.3 In case of ambiguities or discrepancies within this Agreement, the following shall apply: (i) between two Articles of this Agreement, the provisions of specific Articles relevant to the issue under consideration shall prevail over those in other Articles;

(ii) between the Articles and the Schedules, the Articles shall prevail;

Draft Concession Agreement

17

Request For Proposal Document Public Works Department, Government of Uttarakhand

(iii) between the written description on the Drawings and the Specifications and Standards, the latter shall prevail; (iv) between the dimension scaled from the Drawing and its specific written dimension, the latter shall prevail; (v) between any value written in numerals and that in words, the latter shall prevail.

2. ARTICLE 2 : CONCESSION AND PROJECT SITE 2.1 2.1.1 Grant of Concession Subject to and in accordance with the terms and conditions set forth in this Agreement, PWD hereby grants and authorises the Concessionaire to investigate, study, design, engineer, procure, finance, construct, operate and maintain the Project/Project Facility and to exercise and/or enjoy the rights, powers, privileges, authorisations and entitlements as set forth in this Agreement, (collectively the Concession). Subject to and in accordance with the provisions of this Agreement, the Concession hereby granted shall oblige or entitle (as the case may be) the Concessionaire to: a. Right of Way, access and licence to the Site for the purpose of and to the extent conferred by the provisions of this Agreement; b. construct the Project; c. Subject to Clause 2.1.2(d), manage, operate and maintain the Project d. and regulate the use thereof by third parties; e. allow and assist the PWDs Representative/Contractor(s) in demanding, collecting and appropriating Fee from vehicles and persons liable for payment of Fee for using the Project or any part thereof and in refusing entry of any vehicle if the Fee due is not paid; f. perform and fulfil all of the Concessionaires obligations under and in accordance with this Agreement; g. bear and pay all costs, expenses and charges in connection with or h. incidental to the performance of the obligations of the Concessionaire under this Agreement; and i. not assign, transfer or sublet or create any lien or Encumbrance on this Agreement, or the Concession hereby granted or on the whole or any part of the Project nor transfer, lease or part possession thereof, save and except as expressly permitted by this Agreement or the Substitution Agreement.

2.1.2

Draft Concession Agreement

18

Request For Proposal Document Public Works Department, Government of Uttarakhand

2.2

Concession Period The Concession hereby granted is for a period of 25 (twenty five) years commencing from the Commencement Date ( the Concession Period) during which the Concessionaire is authorised to implement the Project and to operate Project Facility in accordance with the provisions hereof. Provided that ;

(a) in the event of the Concession being extended by PWD beyond the said period of 25 (twenty five) years in accordance with the provisions of this Agreement, the Concession Period shall include the period/aggregate period by which the Concession is so extended, and (b) in the event of Termination, the Concession Period shall mean and be limited to the period commencing from the Commencement Date and ending with the Termination. 2.3 Acceptance of the Concession The Concessionaire hereby accepts the Concession and agrees and undertakes to implement the Project/provide Project Facility, and to perform/discharge all of its obligations in accordance with the terms and conditions setforth in this Agreement. 2.4 Project Site a. PWD hereby undertakes to handover to the Concessionaire physical possession of the Project Site free from Encumbrance within 30 days from the date of this Agreement together with the necessary rights of way/way leaves for the purpose of implementing the Project in accordance with this Agreement. b. PWD confirms that upon the Project Site being handed over pursuant to the preceding sub-article (a) the Concessionaire shall have the exclusive right to enter upon, occupy and use the Project Site and to make at its costs, charges and expenses such development and improvements in the Project Site as may be necessary or appropriate to implement the Project and to provide Project Facility subject to and in accordance with the provisions of this Agreement. 2.5 Use of the Project Site The Concessionaire shall not without prior written consent or approval of PWD use the Project Site for any purpose other than for the purposes of the Project/the Project Facility and purposes incidental thereto as permitted under this Agreement or as may otherwise be approved by PWD.
Draft Concession Agreement 19

Request For Proposal Document Public Works Department, Government of Uttarakhand

2.6

Information about the Project Site The information about the Project Site set out in Schedule B is provided by PWD in good faith and with due regard to the matters for which such information is required by the Concessionaire. PWD agrees to provide to the Concessionaire, upon a reasonable request, any further information relating to the Project Site, which PWD may now possess or may hereafter come to possess. Subject to this PWD makes no representation and gives no warranty to the Concessionaire in respect of the condition of the Project Site.

2.7

Peaceful Possession PWD warrants that :

(a) the Project Site together with the necessary right of way/ way leaves having been acquired through the due process of law belongs to and vested in PWD, and that PWD has full powers to hold, dispose of and deal with the same consistent, interalia, with the provisions of this Agreement; (b) the Concessionaire shall have no obligation/liability as to payment of any compensation whatsoever to or the rehabilitation and resettlement of any Person from whom the Project Site or any part thereof had been acquired and that the same shall be the sole responsibility of PWD; and (c) the Concessionaire shall, subject to complying with the terms and conditions of this Agreement, remain in peaceful possession and enjoyment of the Project Site during the Concession Period. In the event the Concessionaire is obstructed by any Person claiming any right, title or interest in or over the Project Site or any part thereof or in the event of any enforcement action including any attachment, distraint, appointment of receiver or liquidator being initiated by any Person claiming to have any interest in/ charge on the Project Site or any part thereof, PWD shall, if called upon by the Concessionaire, defend such claims and proceedings and also keep the Concessionaire indemnified against any direct or consequential loss or damages which the Concessionaire may suffer, on account of any such right, title, interest or charge. 2.8 Rights and Title over the Project Site

(a) The Concessionaire shall have exclusive rights to the use of the Project Site in accordance with the provisions of this Agreement and for this purpose it may regulate the entry and use of the same by third parties.

Draft Concession Agreement

20

Request For Proposal Document Public Works Department, Government of Uttarakhand

(b) The Concessionaire shall allow access to, and use of the Project Site/ Project Facility for telegraph lines, electric lines or such other public purposes as PWD may specify, provided that such access or use does not result in a Material Adverse Effect or closure of Project Facility for a period exceeding 120 days and that PWD undertakes to ensure that the Project Facility is restored at the cost and expenses of PWD as per the Specifications and Standards. (c) The Concessionaire shall not part with or create any Encumbrance on the whole or any part of the Project Site save and except as set forth and permitted under this Agreement provided however that nothing contained herein shall be construed or interpreted as restriction on the right of the Concessionaire to appoint any Contractor for the performance of its obligations hereunder including for operation and maintenance of all or any part of the Project / Project Facility. 2.9 Environmental Clearance PWD confirms that the Project/Project Site has been granted clearances relating to environmental protection and conservation as listed in Schedule G2. The Concessionaire shall, however, apply for and obtain any other Applicable Permits related to environmental matters that may be necessary or required for the Project under any Applicable Laws. 3. ARTICLE 3 : PERFORMANCE SECURITY 3.1. (a) Performance Security The Concessionaire shall, for due and punctual performance of its obligations during the Implementation Period, deliver to PWD, simultaneously with the execution of this Agreement a bank guarantee from a scheduled bank acceptable to PWD, in the form set forth in Schedule Q, (the "Performance Security for construction) for a sum of Rs. 60,00,000/- (Rupees Sixty Lakhs Only). The Concessionaire shall for due and punctual performance of obligations during the Operations Period deliver to PWD, on or before the COD, the bank guarantee from a scheduled bank acceptable to PWD in form setforth in Schedule R (Performance Security for operation and maintenance) for a sum of Rs. 40,00,000/- (Rupees Forty Lakhs Only).

(b)

The environmental clearances required for the Project.

Draft Concession Agreement

21

Request For Proposal Document Public Works Department, Government of Uttarakhand

3.2.

Fresh Performance Security In the event of the encashment of the Performance Security by PWD pursuant to Encashment Notice issued in accordance with the provisions of Article 17.2 the Concessionaire shall within 30 (thirty) days of the Encashment Notice furnish to PWD fresh Performance Security failing which PWD shall be entitled to terminate this Agreement in accordance with the provisions of Article 17. The provisions set forth in Article 3 above shall apply mutatis mutandis to such fresh Performance Security. 4. ARTICLE 4 : ANNUITY

4.1

Annuity

4.1.1 Subject to the provisions of this Agreement, the Concessionaire upon achieving COD for the Project and in consideration of the Concessionaire accepting the Concession and undertaking to perform and discharge its obligations in accordance with the terms, conditions and covenants set forth in this Agreement, PWD agrees and undertakes to pay to the Concessionaire, for each Annuity Payment Period, on each Annuity Payment Date as set forth in Schedule U Annuity Payment Schedule, the sum of Rs. _____ (the Annuity) as set forth in Appendix 11 of the RFP Document. 4.1.2 The Annuity amount shall be inclusive of all Taxes as may be applicable. Further PWD will perform such duties in regard to the deduction of such taxes and other levies at source as per Applicable Laws. 4.2 Payment of Annuity

4.2.1 Subject to the provisions of this Article 4 and any other applicable provisions of this Agreement, PWD shall make payment of Annuity to the Concessionaire on each Annuity Payment Date. For avoidance of doubt the number of such Annuities shall not exceed [____] over the Concession Period and will commence from COD. 4.2.2 The first Annuity payment date shall be the date falling after 12 (twelve) calendar months from COD. In case COD is different from the SPCD, the Annuity payment schedule at Schedule U shall be suitably modified. Each Annuity payment period shall be deemed to be a period of 12 (twelve) calendar months from the preceding Annuity payment date. 4.2.3 Notwithstanding anything contrary contained to anywhere in this Agreement, PWD obligation to pay Annuity shall arise subject to and only upon occurrence of COD.

Draft Concession Agreement

22

Request For Proposal Document Public Works Department, Government of Uttarakhand

4.3

Bonus in Annuity on account of early Project Completion

4.3.1 The Concessionaire shall either receive bonus for early completion of the Project (the Bonus) or incur reduction in Annuity for delayed completion of the Project (the Reduction) as the case may be. 4.3.2 For the purpose of this Article 4, each Annuity Payment Period shall be deemed to be a period of 180 days. 4.3.3 The Bonus or Reduction as the case may be shall be computed as under : i. If COD is achieved prior to first Annuity Payment Date : B or R = [(SPCD COD) + X ] * A/180 days ii. If COD is achieved between 2 Annuity Payment Dates : B or R = [(PAPD COD) + X ] * A/180 days Where : A= B= PAPD = R= SPCD = X=

Annuity Bonus Previous Annuity Payment Date Reduction Scheduled Project Completion Date As certified by the Independent Engineer, the aggregate number of days of delay caused by: a. Delay in delivery of Project Site or any part thereof by PWD b. Suspension or stoppage of Construction Works or part thereof by PWD or the Independent Engineer, for reasons not attributable to the Concessionaire; c. Change of Scope pursuant to Article 14 d. Force Majeure Event which is a Political Event; and e. PWD Event of Default

4.3.4 If the resultant figure arrived pursuant to computation made in accordance with preceding clause 4.3.3 above is positive, the same shall be the amount of Bonus payable to the Concessionaire and if negative, the same shall be the amount of Reduction.

Draft Concession Agreement

23

Request For Proposal Document Public Works Department, Government of Uttarakhand

4.3.5 The Bonus shall be paid or Reduction shall be affected on the first Annuity Payment Date occurring after COD. 4.3.6 Notwithstanding anything inconsistent contained anywhere in this Agreement, PWDs obligation to pay Annuity shall arise subject to and only upon occurrence of COD. 4.4 Submission of invoice, adjustment and certification

4.4.1 The Concessionaire shall at least 30 days prior to the relevant Annuity Payment Date submit to the Independent Engineer, its invoice, addressed to PWD for payment of Annuity for the applicable Annuity Payment Period. 4.4.2 The Independent Engineer/ PWD shall verify the invoices and duly adjust the same in accordance with Article 4 of this Agreement. 4.4.3 The Independent Engineer/ PWD shall after verification and certification of the amount claimed in the invoice along with adjustments, forward the invoice to PWD with necessary documentation recommending payment in full or part thereof so as to reach PWD at least 15 days prior to the relevant Annuity Payment Date. 4.4.4 Upon receipt of the invoice together with recommendation for payment forwarded by the Independent Engineer, PWD shall take all necessary steps and ensure payment of Annuity on the relevant Annuity Payment Date. The mode of payment of Annuity shall be as provided in Clause 4.5. 4.4.5 For avoidance of doubt, the Parties agree that notwithstanding any dispute which either of them may have as to the amount of invoice/Annuity certified and recommended for payment by the Independent Engineer, the Annuity payable on the relevant Annuity Payment Date shall be that certified by the Independent Engineer. Provided such payment shall be without prejudice to a final adjustment according to the terms on which such dispute is resolved whether amicably or through arbitration in accordance with the provisions of Article 20. 4.5 Mode of Payment

4.5.1 The Concessionaire hereby expressly authorizes PWD to pay the Annuity, Bonus, Termination Payments or any other payment which becomes payable by PWD to the Concessionaire under this Agreement directly to the credit of such bank account, as may be, collectively designated by the Lenders and advised to PWD and the Concessionaire ( the Designated Account) in writing, and/or to make/ issue and deliver cheques, drafts or other instruments in respect of such payments in favour of a bank at ____________ collectively designated by the Lenders as their Agents or trustees and advised to PWD (the Designated Bank).
Draft Concession Agreement 24

Request For Proposal Document Public Works Department, Government of Uttarakhand

4.5.2

Valid Discharge The Concessionaire hereby agrees, undertakes and confirms that a. the payment to the credit of the Designated Account or to the Designated Bank shall be made by PWD notwithstanding any instructions to the contrary issued or disputes raised by the Concessionaire b. any payments made in accordance with preceeding sub Clause a shall constitute PWD valid discharge and PWD shall to the extent of the payment so made be relieved and discharged of all its obligations in respect of such payments under this Agreement. Provided no such discharge shall prejudice any claim which the Concessionaire may have against the Lenders. c. In the absence of the Designated Account or upon the Concessionaire procuring and furnishing to PWD a certificate to the Lenders to the effect that the Concessionaire has discharged all its obligations under the Financing Documents, all payments accruing to the Concessionaire under this Agreement shall be made by PWD to the Concessionaire directly. 5. ARTICLE 5 : FEE

5.1 (a)

Levy, Collection and appropriation of Fee The Concessionaire shall not levy, demand or collect from or in respect of any User, vehicle or Person, for the use of Project Facilities, any sum whatsoever in the nature of a toll or fee. PWDs Rights Notwithstanding anything to the contrary contained in this Agreement, PWD shall have the right and authority to levy toll or fee on the Users and vehicles using the Project Facilities (the Fee) and to demand, collect, retain and appropriate the Fee in accordance with the Applicable Laws. PWD may at its sole discretion levy, demand, collect, retain and appropriate the Fee either by itself or authorize any Person (the PWD Contractor) by contract or otherwise to levy, demand, collect, retain and appropriate the same as PWD may deem fit in its sole discretion and in accordance with the Applicable Laws.

5.2 5.2.1

5.2.2

Draft Concession Agreement

25

Request For Proposal Document Public Works Department, Government of Uttarakhand

5.2.3

Any arrangement or contract made or entered into by PWD for levy and collection of fee shall be independent of this Agreement and that no such arrangement or contract shall have the effect of adding to or enlarging in any way the obligations or the scope thereof or the liability of the Concessionaire under this Agreement and that the Concessionaires obligations and liabilities shall be limited to, those contained in this Agreement only. PWD / PWD Contractor shall have access to and use of the Project Site for all purposes necessary or incidental to levy and collection of the Fee. Provided, that to the extent such access and use allowed by the Concessionaire affects the performance of any of its obligations hereunder, the Concessionaire shall not be deemed or construed to be in breach of its obligations nor shall it incur/suffer any liability on account thereof. Provided further, that PWD shall, in the event of any physical damage to the Project Facilities on account of such access or use, ensure that such damage is promptly repaired and the Project Facilities are restored at its own cost and expenses. 6. ARTICLE 6 : OBLIGATIONS AND UNDERTAKINGS In addition to and not in derogation or substitution of any of the obligations set out elsewhere in this Agreement, the Parties agree and undertake as under :

5.2.4

6.1

General Obligations of the Concessionaire The Concessionaire shall at its own cost and expense :

(i)

investigate, study, design, construct, operate and maintain the Project Assets/Project Facility in accordance with the provisions of this Agreement, Good Industry Practice and Applicable Laws; obtain all Applicable Permits in conformity with the Applicable Laws and be in compliance with thereof at all times during the Concession Period; procure and maintain in full force and effect, as necessary, appropriate proprietary rights, licenses, agreements and permissions for materials, methods, processes and systems used in or incorporated into the Project; ensure and procure that each Project Agreement contains provisions that would entitle PWD or a nominee of PWD to step into such agreement at PWDs discretion, in place and substitution of the Concessionaire in the event of Termination pursuant to the provisions of this Agreement;

(ii) (iii)

(iv)

Draft Concession Agreement

26

Request For Proposal Document Public Works Department, Government of Uttarakhand

(v)

provide all assistance to the PWD Engineer, Independent Engineer and Steering Group as they may reasonably require for the performance of their duties and services under this Agreement; provide to the Steering Group reports on a regular basis during the Implementation Period and the Operations Period in accordance with the provisions of this Agreement; appoint, supervise, monitor and control the activities of Contractors under their respective Project Agreements as may be necessary;

(vi)

(vii)

(viii) make efforts to maintain harmony and good industrial relations among the personnel employed in connection with the performance of the Concessionaire's obligations under this Agreement; (ix) develop, implement and administer a surveillance and safety program for the Project/Project Facility and the users thereof and the Contractors personnel engaged in the provision of any services under any of the Project Agreements including correction of safety violations and deficiencies, and taking of all other actions necessary to provide a safe environment in accordance with Applicable Laws and Good Industry Practice; take all reasonable precautions for the prevention of accidents on or about the Project Site/Project Facility and provide all reasonable assistance and emergency medical aid to accident victims; not to place or create nor to permit any Contractor or other person claiming through or under the Concessionaire to create or place any Encumbrance over all or any part of the Project Assets, or on any rights of the Concessionaire therein, save and except as expressly set forth in this Agreement; make its own arrangements for quarrying, if necessary, and observe and fulfill the environmental and other requirements under the Applicable Laws and Applicable Permits;

(x)

(xi)

(xii)

(xiii) be responsible for safety, soundness and durability of the Project Facility including all structures forming part thereof and their compliance with the Specifications and Standards; (xiv) ensure that the Project Site remains free from all encroachments and take all steps necessary to remove encroachments, if any; (xv) make payment to Police Department or any Government Agency, if required, for provision of such services as are not provided in the normal course or are available only on payment;

Draft Concession Agreement

27

Request For Proposal Document Public Works Department, Government of Uttarakhand

(xvi) operate and maintain the Project at all times during the Operations Period in conformity with this Agreement including but not limited to the Specifications and Standards, the Maintenance Programme and Good Industry Practice; (xvii) remove promptly according to Good Industry Practice, from the Project Site, all surplus construction machinery and materials, waste materials (including, without limitation, hazardous materials and waste water), rubbish and other debris (including without limitation accident debris) and keep the Project Site in a neat and clean condition and in conformity with the Applicable Laws and Applicable Permits. 6.2 Obligations of the Concessionaire during Implementation Period

a. The Concessionaire shall, before commencement of construction of the Project; (i) submit to the Independent Engineer with due regard to Project Completion Schedule and Scheduled Project Completion Date, its design, engineering and construction time schedule and shall formulate and provide Critical Path Method (CPM)/ Project Evaluation and Review Technique (PERT) charts for the completion of the said activities; (ii) have requisite organisation and designate and appoint suitable officers/ representatives as it may deem appropriate to supervise the Project and to deal with the Independent Engineer/the Steering Group and to be responsible for all necessary exchange of information required pursuant to this Agreement; (iii) undertake, do and perform all such acts, deeds and things as may be necessary or required to adhere to the Project Completion Schedule and to achieve Project Completion under and in accordance with this Agreement; (iv) construct, provide and maintain a furnished site office accomodation for the Independent Engineer at the Project Site; and (v) provide and maintain an adequately equipped field laboratory as required for the Project Site control on the quality of materials and the Construction Works. b. The Concessionaire shall, at all times, afford access to the Project Site, to the Steering Group, the authorised representatives of PWD, the Independent Engineer and officer of any Government Agency having jurisdiction over the Project, including those concerned with safety, security or environmental protection to inspect the Project and to investigate any matter within their authority and upon reasonable notice, the Concessionaire shall provide to such persons reasonable assistance necessary to carry out their respective duties and functions.
Draft Concession Agreement 28

Request For Proposal Document Public Works Department, Government of Uttarakhand

c. The Concessionaire shall: i. ii. apply for and obtain all necessary clearances and/or approvals for the construction of Bridge and other Project Facility and Project Assests. shall apply for and obtain all necessary approvals of the General Arrangement Drawing (GAD), detailed designs and all construction drawings for the construction of the Project Facility and Project Assests; make payments, if any, to the concerened departments for (a) for approval of designs, (b) shifting of utilities, (c) safety features, (d) supervision of construction and (e) maintenance during the Concession Period;

iii.

d. The Concessionaire shall be responsible for ensuring that any existing utility on, under or above the Project Site is kept in continuous satisfactory use, if necessary, by the use of suitable temporary or permanent diversions. e. The Concessionaire shall bear all costs and charges for special or temporary rights of way required by it in connection with access to the Project Site. The Concessionaire shall obtain at its cost such facilities on or outside the Project Site as may be required by it for the purposes of the Project and the performance of its obligations under this Agreement. 6.3 Obligations of PWD

6.3.1 PWD shall: (i) hand over the physical possession of Project Site together with necessary right of way/ way leaves to the Concessionaire within 30 days from the date of this Agreement, free from any Encumbrance; procure execution of the State Support Agreement within 30 days from the date of this Agreement; grant or where appropriate provide necessary assistance to the Concessionaire in securing Applicable Permits; grant in a timely manner all such approvals, permissions and authorisations which the Concessionaire may require or is obliged to seek from PWD in connection with implementation of the Project and the performance of the Concessionaires obligations under this Agreement;

(ii) (iii) (iv)

Draft Concession Agreement

29

Request For Proposal Document Public Works Department, Government of Uttarakhand

(v) (vi) (vii)

subscribe to the Substitution Agreement within 15 days of intimation by the Concessionaire regarding Financial Close; not include any additional category of vehicles in the list of Exempted Vehicles during the Concession Period; ensure peaceful use of the Project Site by the Concessionaire under and in accordance with the provisions of this Agreement without any let or hindrance from PWD or persons claiming through or under it;

(viii) upon written request from the Concessionaire, assist the Concessionaire in obtaining access to all necessary infrastructure facilities and utilities, including water, electricity and telecommunication facilities at rates and on terms no less favourable to the Concessionaire than those generally available to commercial customers receiving substantially equivalent facilities/utilities; (ix) procure that no barriers are erected or placed by PWD or any Governmental Agency on the Project Facility/Project Site, except on account of any law and order situation or upon national security considerations; assist the Concessionaire in obtaining necessary authority to regulate traffic on the Project Site/Project Facility subject to and in accordance with the Applicable Laws; assist the Concessionaire in obtaining police assistance against payment of prescribed costs and charges, if any, for traffic regulation, patrolling and provision of security on the Project Site/Project Facility and implementing this Agreement in accordance with the provisions hereof; observe and comply with all its obligations set forth in this Agreement. 7. ARTICLE 7 : INDEPENDENT ENGINEER 7.1 Appointment of Independent Engineer

(x)

(xi)

(xii)

(a) The Concessionaire shall within 30 days from the date hereof submit to PWD a panel consisting of atleast three reputed firms or companies or body corporates or a combination thereof, having necessary expertise for appointment of the Independent Engineer, to undertake, perform, carry out the duties, responsibilities, services and activlties set forth in Part A of Schedule J and elsewhere in this Agreement. (b) PWD shall within 30 days from the date of receipt of such panel, appoint the Independent Engineer from out of such panel, and communicate the same to the Concessionaire. The tenure and the scope of work and the reports to be submitted by the Independent Engineer shall be as set out in Part A of Schedule J.
Draft Concession Agreement 30

Request For Proposal Document Public Works Department, Government of Uttarakhand

(c) The Independent Engineer shall submit to the Steering Group reports at least once every month or more frequently as the situation may warrant on the progress of implementation of the Project. Such reports of Independent Engineer shall include but not be limited to the matters and things set forth in said Schedule J. (d) The Independent Engineer shall submit bills for periodic payment in accordance with terms of its appointment to PWD. Upon certification of such bills being intimated in writing by PWD, the Concessionaire shall within 15 days of such intimation, pay to PWD 50% of the amount of bills certified by PWD. (e) If either party disputes any advice, instruction or decision of the Independent Engineer, the same shall be resolved in accordance with the Dispute Resolution Procedure.

7.2

Termination and Fresh Appointment If PWD or the Concessionaire have reason to believe that the Independent Engineer is not discharging its duties in a fair, appropriate and diligent manner, PWD may terminate the appointment of the Independent Engineer and appoint another Independent Engineer in accordance with the preceeding sub - articles (a) and (b) of Article 7.1 above.

8. ARTICLE 8 : STEERING GROUP 8.1 Constitution PWD shall through an office order, consitute a Steering Group comprising of domain experts from the PWD, STG and the Concessionaire within 60 days of this Agreement. The Steering Group would be chaired by a representative, not below the rank of Secretary, from the department of PWD, Government of Uttarakhand The other members of the expert committee would be as under: (a) (b) (c) Representative of PWD not below the rank of Superintendent Engineer Two transport specialist from Government Departments Representative from public group
31

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

8.2 8.2.1

Functions The Steering Group shall hold meetings atleast once every three months to review the progress during the Implementation Period and every six months during the Operations Period. The Steering Group shall carry out such functions and exercise such powers as are prescribed/conferred under this Agreement. Since the outputs in terms of availability of bridge facility, regular repair and maintenance activities, smooth flow of traffic and decongestion are the prime deliverables of the entire project, the Steering Group would evaluate the efforts and outputs of these activities by the Concessionaire. The Steering Group shall submit its report to the government regarding the achievement of projects deliverables - low, moderate, satisfactory, excellent etc with specific recommendation(s) on continuance / discontinuance / restructuring of the project. The findings of the expert committee would be considered to be final and binding. If the project deliverables are found to be moderate or low, the expert committee would direct PWD to plan corrective action(s) with the concessionaire and implement the same to achieve desired outputs within sixty (60) days. The Steering Group shall evaluate project deliverables on a three monthly basis during Construction Period and six monthly basis during O&M Period based on visit to the facility, review of auditors reports, reports provided by concessionaire, information received from general public including project stakeholders etc. PWD and the Concessionaire shall facilitate the Steering Group in information gathering, conducting facility visit, meetings, interviews etc.

8.2.2

8.2.3

8.2.4

8.2.5

9. ARTICLE 9 : DRAWINGS 9.1 Preparation of Drawings. The Concessionaire shall, at its cost, charges and expenses, cause Drawings to be prepared in accordance with the Specification and Standards. The Concessionaire may, for this purpose, adopt with or without any modifications the Drawings, if any, made available by PWD, provided, nothwithstanding such adoption, the Concessionaire shall be solely responsible for the adequacy of the Drawings.

Draft Concession Agreement

32

Request For Proposal Document Public Works Department, Government of Uttarakhand

9.2

Review and Approval of Drawings. a. The Concessionaire shall promptly and in such sequence as is consistent with the Project Completion Schedule, submit a copy each of all Drawings to the Independent Engineer and the Steering Group. b. By forwarding the Drawings to the Independent Engineer and the Steering Group pursuant to sub-article (a) above, the Concessionaire represents that it has determined and verified that the design and engineering including field construction criteria related thereto are in conformity with the Specifications and Standards. c. Within 15 (fifteen) days of the receipt of the Drawings, Independent Engineer shall review the same taking into account, interalia, comments of the Steering Group, if any, on such Drawings made available to the Independent Engineer, and convey its comments/observations, if any, thereon to the Concessionaire with particular reference to the conformity or otherwise with the Specifications and Standards. It is expressly agreed that notwithstanding any review or failure to review by the Independent Engineer or the Steering Group or any comments/observations of the Independent Engineer/ Steering Group, PWD shall not be liable for the adequacy of the Drawings and that the Concessionaire shall solely be responsible therefor and shall not be relieved or absolved in any manner whatsoever of its obligations, duties and liabilities as set forth in this Agreement. d. If the comments/observations of Independent Engineer indicate that the Drawings are not in conformity with the Specifications and Standards, such Drawings shall be revised by the Concessionaire to the extent necessary and resubmitted to Independent Engineer for further review. Independent Engineer shall give its observations and comments, if any, within 15 (fifteen) days of the receipt of such revised Drawings. Provided, however, that any observations or comments of Independent Engineer or failure of Independent Engineer to give any observations or comments on such revised Drawings shall not relieve or absolve the Concessionaire of its obligation to conform to such Specifications and Standards. e. If the Independent Engineer does not object to the Drawings submitted to it by the Concessionaire within a period stipulated in above sub-article (c) or (d) as applicable, the Concessionaire shall be entitled to proceed with the Project accordingly. f. The Concessionaire shall be responsible for delays in Project Completion and consequences thereof caused by reason of any Drawings not being in conformity with the Specifications and Standards and shall not be entitled to seek any relief in this regard from PWD.
Draft Concession Agreement 33

Request For Proposal Document Public Works Department, Government of Uttarakhand

g. Within 90 (ninety) days of the COD, the Concessionaire shall furnish to PWD three copies of "as built" Drawings duly vetted by the Independent Engineer reflecting the Project as actually designed, engineered and constructed, including without limitation an "as built survey illustrating the layout of the Project and setback lines, if any, of the buildings and structures forming part of Project Facility. 10. ARTICLE 10 : PROJECT IMPLEMENTATION AND OPERATIONS

10.1 Monitoring and Supervision during Implementation (a) During the Implementation Period, the Concessionaire shall furnish to the Steering Group quarterly reports on actual progress of the Construction Works and furnish any other relevant information as may reasonably be required by the Steering Group. (b) For the purposes of determining that Construction Works are being undertaken in accordance with Specifications and Standards and Good Industry Practice and for quality assurance, the Concessionaire shall carry out such Tests at such time and frequency and in such manner as may be required by the Independent Engineer or as may be necessary in accordance with Good Industry Practice. The Concessionaire shall with due diligence carry out all such Tests in accordance with the instructions and under the supervision of the Independent Engineer. The Concessionaire shall promptly carry out such remedial measures as may be necessary to cure the defects or deficiencies, if any, indicated in such Test results. The Independent Engineer shall furnish the results of such Tests to the Steering Group within seven days thereof and also promptly report to the Steering Group the remedial measures taken by the Concessionaire to cure the defects/deficiencies if any indicated in the Test results. (c) If the Independent Engineer reasonably determines that the rate of progress of the construction of the Project is such that the Project Completion is not feasible on or before the Scheduled Project Completion Date, it shall so notify the Concessionaire and the Steering Group. Thereupon, the Concessionaire shall within 15 (fifteen) days thereof notify the Steering Group and the Independent Engineer about the steps it proposes to take to expedite progress and the period within which it shall achieve COD. (d) Upon recommendation of the Independent Engineer, Steering Group may, by written notice, require the Concessionaire to suspend forthwith the whole or any part of the Construction Works if in the reasonable opinion of the Steering Group such work is being carried on in a manner which threatens the safety of the Construction Works or the users of the Project.
Draft Concession Agreement 34

Request For Proposal Document Public Works Department, Government of Uttarakhand

(e) The Concessionaire shall upon, instructions of the Steering Group pursuant to sub-article (d) above suspend the Construction Works or any part thereof as the case may be, for such time and in such manner as may be specified by Steering Group and the costs if any incurred by PWD during such suspension to properly protect and secure the Construction Works or such part thereof as is necessary in the opinion of the Steering Group ("Preservation Costs"), shall be borne by the Concessionaire. (f) If the Steering Group issues any instructions requiring suspension of Construction Works for any reason other than default or breach of this Agreement by the Concessionaire i. ii. the Project Completion Schedule and the Scheduled Project Completion Date shall be extended by the period of suspension, and the Concession Period shall be extended in accordance with the recommendations of the Independent Engineer pursuant to and in accordance with sub-article (g) below.

(g) Independent Engineer shall add the Preservation Costs if any incurred by the Concessionaire to the Initial Investment in the Cashflow Projections taking into account the resultant loss of revenue due to suspension of Construction Works and determine extension to the Concession Period in order to maintain the Internal Rate of Return. Provided, that the projections for years beyond the Concession Period shall be average of three years immediately preceding the last year of the original Cashflow Projections. Thereupon the Independent Engineer shall communicate its recommendation to the Steering Group. 10.2 Project Completion (a) The Project shall be deemed to be complete and open to traffic only when the Completion Certificate or the Provisional Certificate is issued by the Independent Engineer in accordance with the provisions of Article 10.3 (the "Project Completion"). (b) The Concessionaire guarantees that the Project Completion shall be achieved in accordance with the provisions of this Agreement on a date not later than 18 months from the Commencement Date ("the Scheduled Project Completion Date"). (c) If the Project Completion is not achieved by the Scheduled Project Completion Date for any reason other than Force Majeure or reasons attributable to PWD, the Concessionaire shall be liable to pay liquidated damages for delay beyond the Scheduled Project Completion Date, to the extent of Rs. 50,000/- per day for every day of delay. Provided that such liquidated damages do not exceed in aggregate Rs. One Crore Only. Provided further that nothing contained in this sub-article (d) shall be

Draft Concession Agreement

35

Request For Proposal Document Public Works Department, Government of Uttarakhand

deemed or construed to authorise any delay in achieving Project Completion. (d) If the COD does not occur within 180 days from the Scheduled Project Completion Date, PWD shall subject to the provisions of this Agreement relating to excuse from performance of the Concessionaires obligations hereunder, be entitled to Terminate this Agreement in accordance with the provisions of Article 17.2. 10.3 Tests a. At least 30 (thirty) days prior to the likely completion of the Project, the Concessionaire shall notify the Independent Engineer and the Steering Group of the same and shall give notice to them of its intent to conduct Tests. The Concessionaire shall give the Independent Engineer and the Steering Group at least 10 (ten) days prior notice of the actual date on which it intends to commence the Tests and at least 7 (seven) days prior notice of the commencement date of any subsequent Tests. b. AII Tests shall be conducted in accordance with Schedule M and the Applicable Laws and Applicable Permits. The Steering Group shall have the right to suspend or postpone any Test if it is reasonably anticipated or determined during the course of the Test that the performance of the Project or any part thereof does not meet the Specifications and Standards. The Steering Group may designate a representative with suitable qualifications and experience to witness and observe the Tests. c. The Independent Engineer shall monitor the results of the Tests to determine the compliance of the Project with the Specifications and Standards and shall provide to the Steering Group copies of all Test data including detailed Test results. d. Upon the Independent Engineer determining the Tests to be successful, it shall forthwith issue to the Concessionaire a certificate substantially in the form set forth in Schedule N (the Completion Certificate "). e. The Independent Engineer may at the request of the Concessionaire issue a provisional certificate of completion ("Provisional Certificate") if the Tests are successful and all parts of Project can be legally, safely and reliably opened commercial operation though certain works or things forming part thereof are not yet complete. In such an event, Provisional Certificate shall have appended thereto a list of outstanding items signed jointly by the Independent Engineer and the Concessionaire ("Punch List"). All Punch List items shall be completed by the Concessionaire within 120 (one hundred twenty) days of the date of issue of such Provisional Certificate. Upon completion of all Punch List items to the satisfaction of the Independent Engineer, it shall issue the Completion Certificate to the Concessionaire with a copy each marked to PWD and STG. In the event of the Concessionaires failure to complete the Punch
Draft Concession Agreement 36

Request For Proposal Document Public Works Department, Government of Uttarakhand

List items within the said period of 120 days, PWD may, without prejudice to any other rights or remedy available to it under this Agreement, have such items completed at the risk and costs of the Concessionaire. The Concessionaire shall reimburse to PWD on demand the entire costs incurred by PWD in completing the Punch List items. f. If the Independent Engineer certifies that it is unable to issue the Completion Certificate or Provisional Certificate because of events or circumstances which excuse the performance of the Concessionaire's obligations in accordance with this Agreement and as a consequence thereof the Tests could not be held or had to be suspended, the Concessionaire shall re-schedule the Tests and hold the same as soon as reasonably practicable. g. The Concessionaire shall bear all the expenses relating to Tests under this Agreement. 10.4 Operation and Maintenance Subject to and on the terms and conditions of this Agreement, the Concessionaire shall at its cost and expense procure finance for and undertake the designing, engineering, procurement, construction, operation and maintenance and transfer the Project and observe, fulfil, comply with and perform all its obligations set out in this Agreement or arising hereunder : i. ii. ensuring smooth and uninterrupted flow of traffic during normal operating conditions; minimizing disruption to traffic in the event of accidents or other incidents affecting the safety and use of the Project/ Project Facility by providing a rapid and effective response and for this purpose maintaining liaison with emergency services; undertaking routine maintenance including prompt repairs of potholes, cracks, concrete joints, drains, line marking, lighting and signage; undertaking maintenance works in accordance with Maintenance Manual and the Maintenance Programme; preventing with the assistance of concerned law enforcement agencies where necessary, any unauthorised entry to and exit from the Project; preventing with the assistance of the concerned law enforcement agencies where necessary, any encroachments on the Project/Project Site and preserving the right of way of the Project;

iii.

iv. v.

vi.

Draft Concession Agreement

37

Request For Proposal Document Public Works Department, Government of Uttarakhand

vii.

adherence to the Safety Standards set out in Schedule P.

10.5 Maintenance Manual The Concessionaire shall in consultation with the Steering Group evolve not later than 120 (one hundred twenty) days before the Scheduled Project Completion Date, a manual for the regular and preventive maintenance (the "Maintenance Manual"), and shall ensure and procure that at all times during the Operations Period, the Project is maintained in a manner that it complies with the Specifications and Standards. The Concessionaire shall supply, at least two months before the COD, 10 (ten) copies of the Maintenance Manual to the Steering Group. 10.6 Maintenance Programme a. Not later than forty five (45) days before the beginning of each Accounting Year, the Concessionaire shall provide to PWD Engineer, its proposed programme of preventive and other scheduled maintenance of the Project subject to the Minimum Maintenance Requirements setforth in Schedule O necessary to maintain the Project at all times in conformity with the Specifications and Standards (the "Maintenance Programme"). Such Maintenance Programme shall include but not be limited to the following: i. ii. iii. iv. v. intervals and procedures for the carrying out of inspection of all elements of the Project; criteria to be adopted for deciding maintenance needs; preventive maintenance schedule; intervals at which the Concessionaire shall carry out periodic maintenance; and intervals for major maintenance and the scope thereof.

b. Maintenance shall include replacement of equipment, consumables, horticultural maintenance and repairs to equipment, pavements, bridges, structures and other civil works which are part of the Project/Project Facility. c. The Concessionaire shall keep the Project Facility in a clean, tidy and orderly condition free of litter and debris. d. The Concessionaire shall be responsible for the maintenance of the approach roads to and underpasses, overpasses and drainages within the Project Site in accordance with Good Industry Practice.

Draft Concession Agreement

38

Request For Proposal Document Public Works Department, Government of Uttarakhand

10.7 Vehicle Breakdown and Accident (a) In the case of unsafe conditions, vehicle breakdowns and accidents, the Concessionaire shall follow the relevant operating procedures, which shall include the setting up of temporary traffic cones and lights as well as the removal of obstruction and debris expeditiously. Such procedures shall be in accordance with Applicable Laws, Applicable Permits and the provisions of this Agreement. (b) The Concessionaire shall ensure that any diversion or interruption of traffic is remedied without delay. The Concessionaire's responsibility for rescue operations on the Project shall be limited to the removal of vehicles or debris or any other obstruction, which may endanger or interrupt the smooth traffic flow on the Project. 10.8 Emergency De-commissioning (a) If, in the reasonable opinion of the Concessionaire there exists an Emergency which warrants decommissioning and closure to traffic of whole or any part of the Project/Project Facility, the Concessionaire shall be entitled to de-commission and close the whole or the relevant part of the Project to traffic for so long as such Emergency and the consequences thereof warrant. Provided, however, that such decommissioning will be notified to the PWD Engineer promptly. The PWD Engineer may issue such directions as it may deem appropriate to the Concessionaire for dealing with such Emergency and the Concessionaire shall abide by the same. (b) The Concessionaire shall re-commission the Project/Project Facility or the affected part thereof as quickly as practicable after the Emergency leading to its de-commissioning and closure has ceased to exist. (c) The Concessionaire shall not close any partof the Project/Project Facility for undertaking maintenance or repair works except with the prior written approval of the PWD Engineer. Such approval shall be sought by the Concessionaire through a written request to be made at least 7 (seven) days before the proposed closure of part and shall be accompanied by particulars indicating the nature and extent of repair works and the arrangements made for safe movement of traffic, the length and section required to be closed and the period of closure. The Concessionaire shall also furnish particulars indicating the minimum time required for completing such repair works. Within 5 (five) days of receiving such request, the PWD Engineer shall grant permission with such modifications as he may deem necessary. Upon receiving such permission, the Concessionaire shall be entitled to close the part in accordance with such permission and re-open it within the period stipulated in such permission.

Draft Concession Agreement

39

Request For Proposal Document Public Works Department, Government of Uttarakhand

(d) Save and except as otherwise expressly provided in this Agreement, if the Project or any part thereof shall suffer any loss or damage during the Concession Period, from any cause whatsoever, the Concessionaire shall, at its cost and expense rectify and remedy such loss or damage in a manner so as to make the Project conform in every respect to the Specifications and Standards, quality and performance as prescribed by this Agreement. (e) In the event the Concessionaire does not maintain and/ or repair the Project or part thereof upto and in accordance with the Specifications and Standards and / or in accordance with the Maintenance Programme or the Maintenance Manual or the O&M Inspection Report, as the case may be, and shall have failed to commence remedial works within (30) thirty days of notice in this behalf from the PWD Engineer , PWD shall, without prejudice to its rights/remedies under this Agreement, including Termination, be entitled to undertake to cause the repair and maintenance of the Project at the risk and cost of the Concessionaire. The Concessionaire shall, reimburse to PWD within seven days of demand the costs and expenses incurred for undertaking such repairs and maintenance. . (f) If the Concessionaire commences any works for curing any defects or deficiencies in the Project, it shall complete such works expeditiously in accordance with Good Industry Practice. (g) The Concessionaire shall not be considered in breach of its obligations under this Agreement if any part of the Project is not available to traffic on account of any of the following for the duration thereof: (i) (ii) Force Majeure Event;

measures taken to ensure the safe use of the Project except when unsafe conditions on the road occured because of failure of the Concessionaire to perform its obligations under this Agreement; or compliance with a request from PWD/STG or the directions of any Government Agency the effect of which is to close all or any part of the Project. Notwithstanding the above, the Concessionaire shall keep all unaffected parts of the Project open to traffic and use provided they can be safely operated and kept open to traffic.

(iii)

Draft Concession Agreement

40

Request For Proposal Document Public Works Department, Government of Uttarakhand

10.9 Monitoring and Supervision during Operations (a) The Concessionaire shall undertake periodic inspection of the Project in accordance with the Maintenance Manual, the Maintenance Programme, Specifications and Standards and this Agreement and shall submit reports of such inspection ("Maintenance Reports") to the Steering Group and the PWD Engineer. (b) The PWD Engineer shall undertake periodic (at least once every calendar quarter but once every week during monsoon) inspection of the Project jointly with the Concessionaire to determine the condition of the Project including its compliance or otherwise with the Maintenance Manual, the Maintenance Programme, Specifications and Standards and this Agreement and make out a report of such inspection (the "O&M Inspection Report') and forward it to the Concessionaire with a copy thereof to the Steering Group. The O&M Inspection Report shall set forth defects and deficiencies, if any, and may also require the Concessionaire to undertake such tests as may be specified by the PWD Engineer for the purpose of determining that the Project is at all times in conformity with the Specifications and Standards. The Concessionaire shall within 30 (thirty) days of the receipt of the O&M Inspection Report from the PWD Engineer remedy the defects and deficiencies and undertake such tests, if any, set forth therein, without any delay and furnish compliance thereto and/or results thereof to the PWD Engineer along with a report (O&M Inspection Compliance Report) with a copy to the Steering Group specifying in reasonable detail the measures, if any, that have been undertaken for curing the defects or deficiencies indicated in such results. Such inspection or submission of O&M Inspection Compliance Report by the Concessionaire shall not relieve or absolve the Concessionaire of its obligations and liabilities hereunder in any manner whatsoever. Where the remedying of such defects or deficiencies and/or undertaking such tests is likely to take more than 30 (thirty) days in accordance with Good Industry Practice, the Concessionaire shall undertake the works in accordance with such practice and submit progress reports of such works every fortnight and finally the O&M Inspection Compliance Report.

Draft Concession Agreement

41

Request For Proposal Document Public Works Department, Government of Uttarakhand

11.

ARTICLE 11 : FINANCING ARRANGEMENT

11.1 Financing Arrangement a. The Concessionaire shall at its cost, expenses and risk make such financing arrangement as would be necessary to finance the Project and to meet its obligations under this Agreement in a timely manner. b. In the event of the Concessionaire employing the funds borrrowed from the Lenders to finance the Project, the provisions relating to Lenders including those relating to Financial Close and Substitution Agreement shall apply. c. The Concessionaire shall within 7 days of achieving Financial Close submit to PWD one set of Financing Documents evidencing Financial Close. 11.2 Amendments to Financing Documents For the avoidance of doubt the Parties agree that no amendment made to the Financing Documents without express consent of PWD shall have the effect of enlarging in any manner, the obligation of PWD in respect of Termination Payment under this Agreement.

12. 12.1 Supervision Charges

ARTICLE 12 : SUPERVISION CHARGES

(a) All works under or in course of execution/ or executed in pursuance of this Agreement shall at all times be open to the inspection and supervision by the authorised representatives of PWD/STG. The Concessionaire shall at all the times during the usual working hours and at all other times at which reasonable notice of the intention of the representatives of STG and/or PWD to visit the work shall have been given to the Concessionaire, have a responsible agent/representative present at the Project for that purpose. (b) Each Party may undertake supervision or Project Monitoring activies at its own cost and expense.

Draft Concession Agreement

42

Request For Proposal Document Public Works Department, Government of Uttarakhand

13.

ARTICLE 13 : INSURANCES

13.1. Insurance during the Implementation Period The Concessionaire shall, at its cost and expense, purchase and maintain during the Implementation Period such insurances as are necessary, including but not limited to the following: (a) (b) (c) (d) builders all risk insurance; comprehensive third party liability insurance including injury or death to personnel of Persons who may enter the Project Site; workmens compensation insurance; any other insurance that may be necessary to protect the Concessionaire, its employees and its assets (against loss, damage or destruction at replacement value) including all Force Majeure Events that are insurable and not otherwise covered in items (a) to (d).

13.2. Insurance during the Operations Period The Concessionaire shall, at its cost and expense, purchase and maintain during the Operations Period insurance to cover against: (a) (b) (c) (d) loss, damage or destruction of the Project Facility, at replacement value; the Concessionaires general liability arising out of the Concession; liability to third parties; and any other insurance that may be necessary to protect the Concessionaire and its employees, including all Force Majeure Events that are insurable and not otherwise covered in items (a) to (c).

13.3. Insurance Companies The Concessionaire shall insure all insurable assets comprised in the Project Assets and/or the Project Facility through Indian insurance companies and if so permitted by PWD, through foreign insurance companies, to the extent that insurances are necessary to be effected through them.

Draft Concession Agreement

43

Request For Proposal Document Public Works Department, Government of Uttarakhand

13.4. Evidence of Insurance Cover The Concessionaire shall, from time to time, provide to PWD copies of all insurance policies (or appropriate endorsements, certifications or other satisfactory evidence of insurance) obtained by the Concessionaire in accordance with this Agreement. 13.5. Application of Insurance Proceeds Subject to the provisions of the Financing Documents, all moneys received under insurance policies shall be promptly applied by the Concessionaire towards repair or renovation or restoration or substitution of the Project Facility or any part thereof which may have been damaged or destroyed. The Concessionaire may designate the Lenders as the loss payees under the insurance policies/assign the insurance policies in their favour as security for the financial assistance. The Concessionaire shall carry out such repair or renovation or restoration or substitution to the extent possible in such manner that the Project Facility or any part thereof, shall, after such repair or renovation or restoration or substitution be as far as possible in the same condition as they were before such damage or destruction, normal wear and tear excepted. 13.6. Validity of the Insurance Cover The Concessionaire shall pay the premium payable on such insurance policy(ies) so as to keep the policy(ies) in force and valid throughout the Concession Period and furnish copies of the same to PWD. Each insurance policy shall provide that the same shall not be cancelled or terminated unless 10 Days' clear notice of cancellation is provided to PWD in writing. If at any time the Concessionaire fails to purchase and maintain in full force and effect any and all of the insurances required under this Agreement, PWD may at its option purchase and maintain such insurance and all sums incurred by the PWD therefor shall be reimbursed by the Concessionaire forthwith on demand, failing which the same shall be recovered by the PWD by exercising right of set off or otherwise. 14. 14.1 Change of Scope PWD may, notwithstanding anything to the contrary contained in this Agreement, require provision of such addition/deletion to the works and services on or about the Project which are beyond the scope of the Project as contemplated by this Agreement ("Change of Scope"), Provided such changes do not require expenditure exceeding Rs. One Crore only and do not adversely affect the Scheduled Project Completion Date. All such changes shall be made by PWD by an order (the "Change of Scope Order) issued in accordance with the procedure set forth in Article 14.2.
Draft Concession Agreement 44

ARTICLE 14 : CHANGE OF SCOPE

Request For Proposal Document Public Works Department, Government of Uttarakhand

14.2 Procedure for Change of Scope (a) PWD shall whenever it desires provision of addition/deletion of works and services referred to in Article 14.1 above, issue to the Concessionaire a notice of Change of Scope (the "Change of Scope Notice") through the Independent Engineer. (b) Upon receipt of Change of Scope Notice, the Concessionaire shall, within a period of 15 (fifteen) days, provide to the Independent Engineer such information as is necessary and reasonable together with preliminary documentation in support of the following: i. the impact which the Change of Scope is likely to have on the Project Completion Schedule if the work is required to be carried out before COD, and (ii) the cost to the Concessionaire of complying with such Change of Scope Notice on account of increases in quantities of items of work mentioned in the Bill of Quantities at the rate mentioned therein. In case the Bill of Quantities does not carry certain items of work required under the Change of Scope, the Concessionaire shall provide the analysis of rates for carrying out such items of work.

ii.

(c) Independent Engineer shall review the information provided by the Concessionaire, assess the change in quantities of items of work, verify the analysis of rates if required, determine the additional cost to the Concessionaire as a result of such Change of Scope, add such additional cost to Initial Investment in the Cashflow Projections and determine the extension, if any, to the Concession Period in order to maintain the Internal Rate of Return. Provided, that the projections for years beyond the Concession Period shall be average of three years immediately preceding the last year of the original Cashflow Projections. The Independent Engineer shall communicate its recommendation to the Steering Group within a period of 15(fifteen) days from the receipt of information from the Concessionaire. (d) PWD shall issue the Change of Scope Order within a period of 15 (fifteen) days from the date of recommendation made by the Independent Engineer in accordance with preceding sub-article (c) above. (e) The Change of Scope Order shall be effective and binding upon receipt thereof by the Concessionaire. Notwithstanding a Dispute regarding cost and time for implementation of such order, the Concessionaire shall proceed with the performance of such order promptly following receipt thereof. Any Dispute regarding the extension in the Concession Period recommended by the Independent Engineer shall be resolved in accordance with the Dispute Resolution Procedure.
Draft Concession Agreement 45

Request For Proposal Document Public Works Department, Government of Uttarakhand

(f) All claims by the Concessionaire pursuant to this Article 14.2 shall be supported by such documentation as is reasonably sufficient for Independent Engineer to determine the accuracy thereof, including invoices from Contractors and certification of such claims by the Statutory Auditors.

15.

ARTICLE 15 : CAPACITY AUGMENTATION AND ADDITIONAL FACILITY

15.1. Capacity Augmentation of the Project (a) The PWD may following a detailed traffic study conducted by it, at any time after COD decide to augment/increase the capacity of the Project (Capacity Augmentation) with a view to provide the desired level of service to the users of the Project Facility. (b) The PWD shall invite proposals from eligible Persons for Capacity Augmentation. The Concessionaire shall have option to submit its proposal for Capacity Augmentation. (c) The bid document for Capacity Augmentation shall specify a Termination Payment to be made to the Concessionaire in case the Concessionaire chooses not to submit its proposal or fails or declines to match the preferred offer as mentioned in sub-article (e) below. (d) In case the Concessionaire, after participating in the bidding procedure, fails to give the lowest offer, the Concessionaire shall be given the first right of refusal to match the preferred offer. If the Concessionaire matches the preferred offer the Parties shall enter into a suitable agreement supplemental to this Agreement to give effect to the changes in scope of the Project, Concession Period and all other necessary and consequential changes. In such an event the Concessionaire shall pay to the bidder who had made the lowest offer sum of Rs. Two Lakhs Fifity Thousand only subject to maximum of Rs. 10 Lacs towards bidding costs incurred by such bidder. (e) In case the Concessionaire (i) chooses not to submit its proposal for Capacity Augmentation or (ii) is not the preferred bidder and also fails or declines to match the preferred offer, PWD shall be entitled to terminate this Agreement upon payment to the Concessionaire of the Termination Payment. (f) The Termination Payment referred to in the preceding sub-articles (c) and (e) above shall be the amount equivalent to the amount of Termination Payment set out in Article 17.2.

Draft Concession Agreement

46

Request For Proposal Document Public Works Department, Government of Uttarakhand

15.2. Additional Facility PWD shall not construct and operate either itself or have the same, interalia, built and operated on PPP mode or otherwise a competing facility, either toll free or otherwise during the Concession Period. Provided, PWD may build and operate such a facility subject to the fee charged for vehicles using such facility being at any not less than 133% of Fee for the time being charged for the vehicles using the Project Facility. 16. 16.1. Force Majeure Event As used in this Agreement, a Force Majeure Event shall mean occurrence in India of any or all of Non Political Event, Indirect Political Event and/or Political Event as defined in Article 16.2, 16.3 and 16.4 respectively which prevent the Party claiming Force Majeure (the "Affected Party") from performing its obligations under this Agreement and which act or event (i) is beyond the reasonable control and not arising out of the fault of the Affected Party, (ii) the Affected Party has been unable to overcome such act or event by the exercise of due diligence and reasonable efforts, skill and care, and (iii) has a Material Adverse Effect on the Project. ARTICLE 16 : FORCE MAJEURE

16.2.

Non Political Event. For purposes of Article 16.1 hereinabove, Non-Political Event shall mean one or more of the following acts or events:

(i)

acts of God or events beyond the reasonable control of the Affected Party which could not reasonably have been expected to occur, exceptionally adverse weather conditions, lightning, earthquake, cyclone, flood, volcanic eruption or fire (to the extent originating from a source external to the Project Site or beyond design specifications for the Construction Works) or landslide; radioactive contamination or ionizing radiation; strikes or boycotts (other than those involving the Concessionaire, Contractors or their respective employees/representatives or attributable to any act or omission of any of them) interrupting supplies and services to the Project for a period exceeding 7 (seven) days in an Accounting Year, and not being an Indirect Political Event set forth in Article 16.3;
Draft Concession Agreement 47

(ii) (iii)

Request For Proposal Document Public Works Department, Government of Uttarakhand

(iv)

any failure or delay of a Contractor but only to the extent caused by another Non-Political Event and which does not result in any offsetting compensation being payable to the Concessionaire by or on behalf of such Contractor; any judgement or order of any court of competent jurisdiction or statutory authority in India made against the Concessionaire in any proceedings for reasons other than failure of the Concessionaire to comply with any Applicable Law or Applicable Permits or on account of breach thereof, or of any contract, or enforcement of this Agreement or exercise of any of its rights under this Agreement by PWD; any event or circumstances of anature analogous to any of the forePWDng. Indirect Political Event For purposes of Article 16.1 hereinabove, Indirect Political Event shall mean one or more of the following acts or events :

(v)

(vi) 16.3.

(i)

An act of war (whether declared or undeclared), invasion, armed conflict or act of foreign enemy, blockade, embargo, riot, insurrection, terrorist or military action, civil commotion, or politically motivated sabotage; Industry wide or state wide or India wide strikes or industrial action for a continuous period exceeding a continous period of 7(seven) days in an Accounting Year; or any civil commotion, boycott or political agitation which prevents the Affected Party from performing any of its obligations for a continuous period of 7 (seven) days any failure or delay of a Contractor to the extent caused by any Indirect Political Event and which does not result in any offsetting compensation being payable to the Concessionaire by or on behalf of such Contractor; any Indirect Political Event that causes a Non-Political Event; or any event or circumstances of a nature analogous to any of the foregoing. Political Event For purposes of Article 16.1 hereinabove, Political Event shall mean one or more of the following acts or events by or on account of PWD, STG or any other Government Agency:

(ii)

(iii)

(iv)

(v) (vi) 16.4.

(i)

Change in Law, only when provisions of Article 18 cannot be applied;


Draft Concession Agreement 48

Request For Proposal Document Public Works Department, Government of Uttarakhand

(ii)

Expropriation or compulsory acquisition by any Government Agency of any Project Assets or rights of the Concessionaire or of the Contractors; or Any unlawful or unauthorised or without jurisdiction revocation of, or refusal to renew or grant without valid cause any consent or approval required by the Concessionaire or any of the Contractors to perform their respective obligations under the Project Agreements (other than a consent the obtaining of which is condition precedent) provided that such delay, modification, denial, refusal or revocation did not result from the Concessionaires or any Contactors inability or failure to comply with any condition relating to grant, maintenance or renewal of such consents or permits. Effect of Force Majeure Event. Upon occurrence of any Force Majeure Event, the following shall apply:

(iii)

16.5.

(a) (b)

There shall be no Termination of this Agreement except as provided in Article 16.7 hereinafter; Where the Force Majeure Event occurs before COD, the dates set forth in the Project Completion Schedule, and the Concession Period shall be extended by the period for which such Force Majeure Event shall subsist; Where a Force Majeure Event occurs after COD, the Concessionaire shall continue to make all reasonable efforts to operate the Project, but if it is unable or prevented from doing so, the Concession Period shall, having due regard to the extent of the impact thereof as determined by the Steering Group, be extended by the period for which Operation and Maintenacne of the Project remains affected on account thereof; and Costs arising out of or concerning such Force Majeure Event shall be borne in accordance with the provisions of the Article 16.6 hereinafter. Allocation of costs during subsistence of Force Majeure Subject to the provisions of Article 16.5 hereinabove, upon occurrence of a Force Majeure Event, the costs arising out of such event shall be allocated as follows:

(c)

(d) 16.6.

(a)

When the Force Majeure Event is a Non Political Event, the Parties shall bear their respective costs and neither Party shall be required to pay to the other Party any costs arising out of any such Force Majeure Event; Where the Force Majeure Event is an Indirect Political Event, the costs attributable to such Force Majeure Event and directly relating to the Project (the "Force Majeure Costs") shall be borne by the Concessionaire
Draft Concession Agreement 49

(b)

Request For Proposal Document Public Works Department, Government of Uttarakhand

to the extent of the Insurance Cover, and to the extent Force Majeure Costs as duly certified by the Statutory Auditors exceed the Insurance Cover, one half of the same shall be reimbursed by PWD to the Concessionaire within 90 days from the date of receipt of Concessionaires claim therefor; (c) Where the Force Majeure Event is a Political Event, the Force Majeure Costs to the extent actually incurred and certified by the statutory Auditors of Concessionaire shall be reimbursed by PWD to the Concessionaire within 90 days from the date of receipt of Concessionaires claim therefor; and PWD may at its option reimburse the Force Majeure Costs to the Concessionaire in cash or compensate the Concessionaire for such costs by appropriate extension of the Concession Period, which extension shall also be given effect within the period of 90 days specified in preceding sub-article (b) or (c) as the case may be. For avoidance of doubt, Force Majeure Costs shall not include loss of Fee revenues or any debt repayment obligations but shall include interest payments on such debt, O&M Expenses and all other costs directly attributable to the Force Majeure Event. 16.7. Termination. If a Force Majeure Event continues or is in the reasonable judgement of the Parties is likely to continue beyond a period 120 days, the Parties may mutually decide to terminate this Agreement or continue this Agreement on mutually agreed revised terms. If the Parties are unable to reach an agreement in this regard, the Affected Party shall after the expiry of the said period of 120 days, be entitled to terminate this Agreement by issuing Termination Notice. 16.8. Termination Payment for Force Majeure Events Upon Termination of this Agreement pursuant to Article 16.7 hereinabove, Termination Payment to the Concessionaire shall be made in accordance with the following: (a) If the Termination is on account of a Non Political Event, the Concessionaire shall be entitled to receive from PWD by way of Termination Payment an amount equal to 90% of the Debt Due less pending insurance claims, if any. Provided that in the event such insurance claims or any part thereof are not admitted and paid, the Concessionaire shall be entitled to receive from PWD further sum equal to 90% of amount of such claims not admitted.

(d)

Draft Concession Agreement

50

Request For Proposal Document Public Works Department, Government of Uttarakhand

(b)

If the Termination is on account of an Indirect Political Event, the Concessionaire shall be entitled to receive from PWD by way of Termination Payment an amount equal to: the total Debt Due, less pending Insurance claims, if any. Provided, however, that if any of such insurance claims are not admitted and paid, the Concessionaire shall be entitled to receive from PWD further sum equal to 80%(eighty percent) of such claims not admitted, plus

(i)

(ii) 110% (one hundred ten percent) of the Equity subscribed in cash and actually spent on the Project if such Termination occurs at any time during three years commencing from the Commencement Date and for each successive year thereafter, such amount shall be adjusted every year to fully reflect the changes in WPI during such year, and the adjusted amount so arrived shall be reduced every year by 7.5%(seven and half percent) per annum. (c) If the Termination of this Agreement is on account of a Political Event, the Concessionaire shall be entitled to receive from PWD by way of Termination Payment an amount equal to: the total Debt Due, plus

(i)

(ii) 150% (one hundred fifty percent) of the Equity subscribed in cash and actually spent on the Project if such Termination occurs at any time during three years commencing from the Commencement Date and for each successive year thereafter, such amount shall be adjusted every year to fully reflect the changes in WPI during such year, and the adjusted amount so arrived at shall be reduced by 7.5% (seven and half percent) per annum. 16.9. Dispute Resolution In the event that the Parties are unable to agree in good faith about the occurrence or existence of a Force Majeure Event, such Dispute shall be finally settled in accordance with the Dispute Resolution Procedure, provided however that the burden of proof as to the occurrence or existence of such Force Majeure Event shall be upon the Party claiming relief and/or excuse on account of such Force Majeure Event. 16.10. Liability for other losses, damages etc. Save and except as expressly provided in this Article 16, neither Party hereto shall be liable in any manner whatsoever to the other Party in respect of any loss, damage, cost, expense, claims, demands and proceedings relating to or arising out of occurrence or existence of any Force Majeure Event or exercise of any right pursuant to this Article 16.

Draft Concession Agreement

51

Request For Proposal Document Public Works Department, Government of Uttarakhand

16.11. Duty to Report The Affected Party shall discharge the following obligations in relation to reporting the occurrence of a Force Majeure Event to the other Party: (a) The Affected Party shall not claim any relief for or in respect of a Force Majeure Event unless it shall have notified the other Party in writing of the occurrence of the Force Majeure Event as soon as reasonably practicable, and in any event within 7 (seven) days after the Affected Party knew, or ought reasonably to have known, of its occurrence and the probable material affect that the Force Majeure Event is likely to have on the performance of its obligations under this Agreement. Any notice pursuant to this Article 16.11 shall include full particulars of: the nature and extent of each Force Majeure Event which is the subject of any claim for relief under this Article 16 with evidence in support thereof; the estimated duration and the effect or probable effect which such Force Majeure Event is having or will have on the Affected Party's performance of its obligations under this Agreement; the measures which the Affected Party is taking, or proposes to take, to alleviate the impact of such Force Majeure Event; and any other information relevant to the Affected Party's claim. For so long as the Affected Party continues to claim to be affected by such Force Majeure Event, it shall provide the other Party with regular (and not less than weekly) written reports containing information as required by this Article 16.11 and such other information as the other Party may reasonably request the Affected Party to provide.

(b) (i)

(ii)

(iii) (iv) (c)

16.12. Excuse from performance of obligations If the Affected Party is rendered wholly or partially unable to perform its obligations under this Agreement because of a Force Majeure Event, it shall be excused from performance of such of its obligations to the extent it is unable to perform on account of such Force Majeure Event provided that: (a) the suspension of performance shall be of no greater scope and of no longer duration than is reasonably required by the Force Majeure Event; (b) the Affected Party shall make all reasonable efforts to mitigate or limit damage to the other Party arising out of or as a result of the existence or occurrence of such Force Majeure Event and to cure the same with due diligence: and
Draft Concession Agreement 52

Request For Proposal Document Public Works Department, Government of Uttarakhand

(c) when the Affected Party is able to resume performance of its obligations under this Agreement, it shall give to the other Party written notice to that effect and shall promptly resume performance of its obligations hereunder. 17. ARTICLE 17 : EVENTS OF DEFAULT AND TERMINATION

17.1 Event of Default Event of Default means the Concessionaire Event of Default or the PWD Event of Default or both as the context may admit or require. A. Concessionaire Event of Default Any of the following events shall constitute an event of default by the Concessionaire ("Concessionaire Event of Default") unless such event has occurred as a result of PWD Event of Default or a Force Majeure Event; (1) (2) (3) (4) The Concessionaire fails to commence the Construction Works within 30 days from the Commencement Date. The Concessionaire fails to achieve COD within 180 days from the Scheduled Project Completion Date. Any representation made or warranties given by the Concessionaire under this Agreement is found to be false or misleading. The Concessionaire creates any Encumbrance on the Project Site/ Project Facility in favour of any Person save and except as otherwise expressly permitted under Article 22.1. The aggregate shareholding of the members of the Consortium/Sponsors falls below the minimum prescribed under Article 21.1 (xi). The transfer, pursuant to law of either (a) the rights and/or obligations of the Concessionaire under any of the Project Agreements, or (b) all or material part of the Concessionaire except where such transfer in the reasonable opinion of PWD does not affect the ability of the Concessionaire to perform, and the Concessionaire has the financial and technical capability to perform, its material obligations under the Project Agreements. A resolution is passed by the shareholders of the Concessionaire for the voluntary winding up of the Concessionaire.

(5) (6)

(7)

Draft Concession Agreement

53

Request For Proposal Document Public Works Department, Government of Uttarakhand

(8)

Any petition for winding up of the Concessionaire is admitted by a court of competent jurisdiction or the Concessionaire is ordered to be wound up by Court except for the purpose of amalgamation or reconstruction, provided that, as part of such amalgamation or reconstruction, the property, assets and undertaking of the Concessionaire are transferred to the amalgamated or reconstructed entity and that the amalgamated or reconstructed entity has unconditionally assumed the obligations of the Concessionaire under this Agreement and the Project Agreements, and provided that: the amalgamated or reconstructed entity has the technical capability and operating experience necessary for the performance of its obligations under this Agreement and the Project Agreements; the amalgamated or reconstructed entity has the financial standing to perform its obligations under this Agreement and the Project Agreements and has a credit worthiness at least as good as that of the Concessionaire as at Commencement Date; and each of the Project Agreements remains in full force and effect. A default has occurred under any of the Financing Documents and any of the Lenders has recalled its financial assistance and demanded payment of the amounts outstanding under the Financing Documents or any of them as applicable.

(i)

(ii)

(iii) (9)

(10) The Concessionaire suspends or abandons the operations of the Project without the prior consent of PWD, provided that the Concessionaire shall be deemed not to have suspended/ abandoned operation if such suspension/ abandonment was (i) as a result of Force Majeure Event and is only for the period such Force Majeure is continuing, or (ii) is on account of a breach of its obligations under this Agreement by PWD or of STG under the State Support Agreement. (11) The Concessionaire repudiates this Agreement or otherwise evidences an intention not to be bound by this Agreement. (12) The Concessionaire suffers an attachment being levied on any of its assets causing a Material Adverse Affect on the Project and such attachment continues for a period exceeding 45 days. (13) The Concessionaire has delayed any payment that has fallen due under this Agreement and if such delay exceeds 90(ninety) days. (14) The Concessionaire is otherwise in Material Breach of this Agreement.

Draft Concession Agreement

54

Request For Proposal Document Public Works Department, Government of Uttarakhand

B.

PWD Event of Default. The following events shall constitute events of default by PWD (each a "PWD Event of Default), unless any such PWD Event of Default has occurred as a result of Concessionaire Event of Default or due to a Force Majeure Event:

(1) PWD is in breach of this Agreement and has failed to cure such breach within 60 (sixty) days of receipt of notice in that behalf from the Concessionaire; (2) PWD repudiates this Agreement or otherwise evidences an intention not to be bound by this Agreement. (3) PWD is in breach of any of its obligations under the State Support Agreement, and such breach has not been cured within 30 days from the date of written notice thereof by the Concessionaire. (4) PWD or STG or any Governmental Agency has by an act of commission or ommission created circumstances that have a Material Adverse Effect on the performance of its obligations by the Concessionaire and has failed to cure the same within 60 days of notice thereof by the Concessionaire. (5) PWD has delayed payment of any amount that has fallen due in terms of this Agreement beyond 90 (ninety) days. (6) Any representation made or warranties given by the PWD under this Agreement is found to be false or misleading 17.2 Termination due to Event of Default A. Termination for Concessionaire Event of Default (1) Without prejudice to any other right or remedy which PWD may have in respect thereof under this Agreement, upon the occurrence of a Concessionaire Event of Default, PWD shall, subject to the provisions of the Substituion Agreement, be entitled to terminate this Agreement by issuing a Termination Notice to the Concessionaire, provided that before issuing the Termination Notice, PWD shall by a notice in writing inform the Concessionaire of its intention to issue the Termination Notice (the "Preliminary Notice"). In case the underlying breach/default is not cured within a period of 60(sixty) days from the date of the Preliminary Notice (Cure Period) PWD shall be entitled, to terminate this Agreement by issuing the Termination Notice. Provided further, that (a) if the default is not cured within 30(thirty) days of the Preliminary Notice, PWD shall be entitled to encash the Performance Security with a notice to the Concessionaire (Encashment Notice),
Draft Concession Agreement 55

Request For Proposal Document Public Works Department, Government of Uttarakhand

(b) if the default is not cured within 30 (thirty) days of the Encashment Notice and a fresh Performance Security is not furnished within the same period in accordance with Article 3.2, PWD shall subject to the provisions of the Substitution Agreement be entitled to issue the Termination Notice. (2) The following shall apply in respect of cure of any of the defaults and/or breaches of this Agreement : i. ii. iii. The Cure Period provided in this Agreement shall not relieve the Concessionaire from liability for damages caused by its breach or default; The Cure Period shall not in any way be extended by any period of suspension under this Agreement; If the cure of any breach by the Concessionaire requires any reasonable action by Concessionaire that must be approved by PWD or the Government Agency hereunder the applicable Cure Period shall be extended by the period taken by PWD or the Government Agency to accord the required approval.

(3) Upon Termination by PWD on account of occurrence of a Concessionaire Event of Default during the Operations Period, the PWD shall pay to the Concessionaire by way of Termination Payment an amount equal to 90% of the Debt Due less pending insurance claims, if any. Provided, however, that in the event of such insurance claims or any part thereof are not admitted and paid, the Concessionaire shall be entitled to receive from PWD further sum equal to 80%(eighty percent) of amount of such claims not admitted. B. Termination for PWD Events of Default (1) The Concessionaire may, upon the occurrence and continuation of any of PWD Event of Default terminate this Agreement by issuing Termination Notice to PWD. (2) Upon Termination of this Agreement by the Concessionaire due to a PWD Event of Default, the Concessionaire shall be entitled to receive from PWD, by way of Termination Payment a sum equal to: i. ii. the total Debt Due, plus 150% (one hundred fifty percent) of the Equity subscribed in cash and actually spent on the Project if such Termination occurs at any time during three years commencing from the Commencement Date and for each successive year thereafter, such amount shall be adjusted every year to fully reflect the changes in WPI during such year and the adjusted amount so arrived at shall be reduced by 7.5% (seven and half percent) per annum.
56

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

17.3 Rights of PWD on Termination Upon Termination of this Agreement for any reason whatsoever, PWD shall have the power and authority to i. ii. take possession and control of Project Assets forthwith; prohibit the Concessionaire and any person claiming through or under the Concessionaire from entering upon the Project Assets/dealing with or any part thereof; step in and succeed upon election by PWD without the necessity of any further action by the Concessionaire, to the interests of the Concessionaire under such of the Project Agreements as PWD may in its discretion deem appropriate with effect from the date of communication of such election to the counter party to the relative Project Agreements. Provided any sums claimed by such counter party as being due and owing for work and services performed or accruing on account of any act, omission or event prior to such date of election shall and shall always constitute debt between the Concessionaire and such counter party and PWD shall in no way or manner be liable or responsible for such sums. The Concessionaire shall ensure that the Project Agreements contain provisions necessary to give effect to the provision of this Article 17.3.

iii.

17.4 Termination Payments The Termination Payment pursuant to Article 16 or 17 as the case may be, shall be payable to the Concessionaire by PWD within thirty days of demand being made by the Concessionaire with the necessary particulars duly certified by the Statutory Auditors. If PWD fails to pay Termination Payment in full within the said period of 60 days, the amount remaining unpaid shall be paid along with interest @ SBI PLR plus two percent from the Termination Date till payment. 17.5 Mode of Payment Notwithstanding any instructions to the contrary issued or any dispute raised by the Concessionaire, the Termination Payment, and all other payments that would become payable by PWD under any of the provisions of this Agreement shall, so long as the Debt Due is remaining outstanding, be made only by way of credit directly to a bank account designated therefor by the Lenders and advised to PWD and the Concessionaire in writing. Any payment so made shall to the extent of such payment constitute a valid discharge to PWD of its obligations towards the Concessionaire with regard to the Termination Payment and payment of any other monies due hereunder.

Draft Concession Agreement

57

Request For Proposal Document Public Works Department, Government of Uttarakhand

17.6

Notwithstanding anything to the contrary contained in this Agreement, any Termination pursuant to the provisions of this Agreement shall be without prejudice to accrued rights of either Party including its right to claim and recover money damages and other rights and remedies which it may have in law or contract. All rights and obligations of either Party under this Agreement, including without limitation Termination Payment, shall survive the Termination of this Agreement to the extent such survival is necessary for giving effect to such rights and obligations. 18. ARTICLE 18 : CHANGE IN LAW

18.1. Change in Law If as a result of Change in Law, the Concessionaire suffers an increase in costs or reduction in net after tax return or other financial burden, the aggregate financial effect of which exceeds Rs. 20,00,000 (Rupees Twenty Lakhs Only) in any Accounting year, the Concessionaire may notify the same to PWD/the Steering Group and propose amendments to this Agreement so as to put the Concessionaire in the same financial position as it would have occupied had there been no such Change in Law resulting in such cost increase, reduction in return or other financial burden as aforesaid. 18.2. Extension of Concession Period The Steering Group shall upon being notified by the Concessionaire of the Change in Law and the proposed amendments to this Agreement, assess the change in the financial position as a result of such Change of Law and determine the extension to the Concession Period so as to put the Concessionaire in the same financial position as it would have occupied had there been no such Change in Law and recommend the same to PWD. PWD shall, within 30 days of receipt of such recommendation, extend the Concession Period by such period as has been recommended by the Steering Group. 19. ARTICLE 19 : HANDOVER AND DEFECT LIABILITY PERIOD

19.1. Handing Over of the Project Assets Upon the expiry of the Concession by efflux of time and in the normal course, the Concessionaire shall at the end of the Concession Period, hand over vacant and peaceful possession of the Project Assets including Project Site/Facility at no cost to PWD.

Draft Concession Agreement

58

Request For Proposal Document Public Works Department, Government of Uttarakhand

19.2. Joint Inspection and Removal of Deficiency The handing over process shall be initiated atleast 12 months before the actual date of expiry of the Concession Period by a joint inspection by the PWD Engineer and the Concessionaire. The PWD Engineer shall, within 15 days of such inspection prepare and furnish to the Concessionaire a list of works/jobs/additions/alterations, if any, to be carried out to bring the Project to the prescribed level of service condition at least two months prior to the date of expiry of the Concession Period. In case the Concessionaire fails to carry out the above works, within the stipulated time period the PWD shall be at liberty to have these works executed by any other Person at the risk and cost of the Concessionaire and any cost incurred by PWD in this regard shall be reimbursed by the Concessionaire to PWD within 7 days of receipt of demand. For this purpose, PWD shall without prejudice to any other right/remedy available to it, under this Agreement, have the right to appropriate the Performance Security and/or to set off any amounts due, if any, and payable by PWD to the Concessionaire to the extent required/ available and to recover deficit amount, if any, from the Concessionaire. 20. ARTICLE 20 : DISPUTE RESOLUTION

20.1. Amicable Resolution (a) Save where expressly stated otherwise in this Agreement, any dispute, difference or controversy of whatever nature howsoever arising under, out of or in relation to this Agreement including incompletion of the Project between the Parties and so notified in writing by either Party to the other (the "Dispute") in the first instance shall be attempted to be resolved amicably by the Steering Group and failing resolution of the same in accordance with the procedure set forth in sub-article (b) below. (b) Either Party may require the Dispute to be referred to the Secretary, PWD, Government of Uttarakhand and the Chairman of the Board of Directors of the Concessionaire, for the time being for amicable settlement. Upon such reference, the two shall meet at the earliest mutual convenience and in any event within 15 days of such reference to discuss and attempt to amicably resolve the Dispute. If the Dispute is not amicably settled within 15 (fifteen) days of such meeting between the two, either Party may refer the Dispute to arbitration in accordance with the provisions of Article 20.2 below.

Draft Concession Agreement

59

Request For Proposal Document Public Works Department, Government of Uttarakhand

20.2. Arbitration a) Arbitrators Any Dispute which is not resolved amicably as provided in Article 20.1(a) shall be finally settled by binding arbitration under the Arbitration and Conciliation Act, 1996. The arbitration shall be by a panel of three arbitrators, one to be appointed by each Party and the third to be appointed by the two arbitrators appointed by the Parties. A Party requiring arbitration shall appoint an arbitrator in writing, inform the other Party about such appointment and call upon the other Party to appoint its arbitrator if the other Party fails to appoint its arbitrator, the Party appointing arbitrator shall take steps in accordance with Arbitration and Conciliation Act, 1996. b) Place of Arbitration The place of arbitration shall be Nainital but by agreement of the Parties, the arbitration hearings, if required, can be held elsewhere from time to time. c) English Language The request for arbitration, the answer to the request, the terms of reference, any written submissions, any orders and rulings shall be in English and, if oral hearings take place, English shall be the language to be used in the hearings. d) Procedure The procedure to be followed within the arbitration, including appointment of arbitrator / arbitral tribunal, the rules of evidence which are to apply shall be in accordance with the Arbitration and Conciliation Act, 1996. e) Enforcement of Award Any decision or award resulting from arbitration shall be final and binding upon the Parties. The Parties hereto hereby waive, to the extent permitted by law, any rights to appeal or to review of such award by any court or tribunal. The Parties hereto agree that the arbitral award may be enforced against the Parties to the arbitration proceeding or their assets wherever they may be found and that a judgment upon the arbitral award may be entered in any court having jurisdiction thereof.

Draft Concession Agreement

60

Request For Proposal Document Public Works Department, Government of Uttarakhand

f) Fees and Expenses The fees and expenses of the arbitrators and all other expenses of the arbitration shall be initially borne and paid by respective Parties subject to determination by the arbitrators. The arbitrators may provide in the arbitral award for the reimbursement to the prevailing party of its costs and expenses in bringing or defending the arbitration claim, including legal fees and expenses incurred by Party. g) Performance during Arbitration Pending the submission of and/or decision on a Dispute, difference, or claim or until the arbitral award is published; the Parties shall continue to perform all of their obligations under this Agreement without prejudice to a final adjustment in accordance with such award. 21. ARTICLE 21 : REPRESENTATIONS AND WARRANTIES, DISCLAIMER

21.1. Representations and Warranties of the Concessionaire The Concessionaire represents and warrants to PWD that: (i) (ii) it is duly organised, validly existing and in good standing under the laws of India; it has full power and authority to execute, deliver and perform its obligations under this Agreement and to carry out the transactions contemplated hereby; it has taken all necessary corporate and other action under Applicable Laws and its constitutional documents to authorize the execution, delivery and performance of this Agreement; it has the financial standing and capacity to undertake the Project; this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof; it is subject to civil and commercial laws of India with respect to this Agreement and it hereby expressly and irrevocably waives any immunity in any jurisdiction in respect thereof; the execution, delivery and performance of this Agreement will not conflict with, result in the breach of, constitute a default under or accelerate performance required by any of the terms of the
Draft Concession Agreement 61

(iii)

(iv) (v) (vi)

(vii)

Request For Proposal Document Public Works Department, Government of Uttarakhand

Concessionaire's Memorandum and Articles of Association or any member of the Consortium or any Applicable Laws or any covenant, agreement, understanding, decree or order to which it is a party or by which it or any of its properties or assets is bound or affected; (viii) there are no actions, suits, proceedings, or investigations pending or, to the Concessionaire's knowledge, threatened against it at law or in equity before any court or before any other judicial, quasi judicial or other authority, the outcome of which may result in the breach of or constitute a default of the Concessionaire under this Agreement or which individually or in the aggregate may result in any Material Adverse Effect; (ix) it has no knowledge of any violation or default with respect to any order, writ, injunction or any decree of any court or any legally binding order of any Government Agency which may result in any material adverse effect or impairment of the Concessionaire's ability to perform its obligations and duties under this Agreement; it has complied with all Applicable Laws and has not been subject to any fines, penalties, injunctive relief or any other Civil or criminal liabilities which in the aggregate have or may have Material Adverse Effect; the aggregate equity share holding of the members of Consortium /Sponsors in the issued and paid up equity share capital of the Concessionaire shall not be less than (a) 51% (fifty one per cent) until expiry of 3 (three) years following COD, and (b) 26% (twenty six per cent) during the remaining Operations Period; each member of Consortium was and is duly organised and existing under the laws of the jurisdiction of its incorporation and has full power and authority to consent to and has validly consented to and requested PWD to enter into this Agreement with the Concessionaire and has agreed to and unconditionally accepted the terms and conditions set forth in this Agreement;

(x)

(xi)

(xii)

(xiii) subject to receipt by the Concessionaire from PWD of the Termination Payment and any other amount due under any of the provisions of this Agreement, in the manner and to the extent provided for under the applicable provisions of this Agreement all rights and interests of the Concessionaire in and to the Project Assets shall pass to and vest in PWD on the Termination Date free and clear of all Encumbrances without any further act or deed on the part of the Concessionaire or PWD; (xiv) no representation or warranty by the Concessionaire contained herein or in any other document furnished by it to PWD or to any Government Agency in relation to Applicable Permits contains or will contain any untrue statement of material fact or omits or will omit to state a

Draft Concession Agreement

62

Request For Proposal Document Public Works Department, Government of Uttarakhand

material fact necessary to make such representation or warranty not misleading; and (xv) no sums, in cash or kind, have been paid or will be paid, by or on behalf of the Concessionaire, to any person by way of fees, commission or otherwise for securing the Concession or entering into of this Agreement or for influencing or attempting to influence any officer or employee of PWD in connection therewith.

21.2. Disclaimer (a) Without prejudice to any express provision contained in this Agreement, the Concessionaire acknowledges that prior to the execution of this Agreement, the Concessionaire has after a complete and careful examination made an independent evaluation of the traffic volumes, Specifications and Standards, Project Site and all the information provided by PWD, and has determined to the Concessionaire's satisfaction the nature and extent of such difficulties, risks and hazards as are likely to arise or may be faced by the Concessionaire in the course of performance of its obligations hereunder. (b) The Concessionaire further acknowledges and hereby accepts the risk of inadequacy, mistake or error in or relating to any of the matters set forth in (a) above and hereby confirms that PWD/STG shall not be liable for the same in any manner whatsoever to the Concessionaire. 21.3. Representations and Warranties of PWD PWD represents and warrants to the Concessionaire that: (i) (ii) (iii) PWD has full power and authority to grant the Concession; PWD has taken all necessary action to authorise the execution, delivery and performance of this Agreement; this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof.

Draft Concession Agreement

63

Request For Proposal Document Public Works Department, Government of Uttarakhand

22.

ARTICLE 22 : MISCELLANEOUS

22.1. Assignment and Charges a. Subject to sub-articles (b) and (c) hereinbelow, this Agreement shall not be assigned by the Concessionaire save and except with prior consent in writing of PWD, which consent PWD shall be entitled to decline without assigning any reason whatsoever. Subject to sub-article (c) hereinbelow, the Concessionaire shall not create nor permit to subsist any Encumbrance over or otherwise transfer or dispose of all or any of its rights and benefits under this Agreement or any Project Agreement to which Concessionaire is a party except with prior consent in writing of PWD, which consent PWD shall be entitled to decline without assigning any reason whatsoever. Restraint set forth in sub-articles (a) and (b) above shall not apply to: i. liens/encumbrances arising by operation of law (or by an agreement evidencing the same) in the ordinary course of business of the Project; ii. mortgages/pledges/hypothecation of goods/assets other than Project Site, as security for indebtedness, in favour of the Lenders and working capital providers for the Project; iii. assignment of Concessionaires rights, title and interest under this Agreement to or in favour of the Lenders pursuant to and in accordance with the Substitution Agreement as security for their financial assistance. d. Upon occurrence of the Concessionaire Event of Default the Lenders shall have the right of substitution as provided in the Substitution Agreement.

b.

c.

22.2. Liability And Indemnity a. General Indemnity i. The Concessionaire shall indemnify, defend and hold PWD harmless against any and all proceedings, actions and, third party claims arising out of a breach by Concessionaire of any of its obligations under this Agreement except to the extent that any such claim has arisen due to PWD Event of Default). PWD will, indemnify, defend and hold harmless the Concessionaire against any and all proceedings, actions, third party claims for loss,
Draft Concession Agreement 64

ii.

Request For Proposal Document Public Works Department, Government of Uttarakhand

damage and expense of whatever kind and nature arising out of defect in title and/or the rights of PWD and/or arising of a breach by PWD, its officers, servants and agents of any obligations of PWD under this Agreement except to the extent that any such claim has arisen due to Concessionaire Event of Default. b. Without limiting the generality of this Article 22.2 the Concessionaire shall fully indemnify, save harmless and defend PWD including its officers servants, agents and subsidiaries from and against any and all loss and damages arising out of or with respect to (a) failure of the Concessionaire to comply with Applicable Laws and Applicable Permits, (b) payments of taxes relating to the Concessionaire's Contractors, suppliers and representatives income or other taxes required to be paid by the Concessionaire without reimbursement hereunder, or (c) non-payment of amounts due as a result of materials or services furnished to the Concessionaire or any of its Contractors which are payable by the Concessionaire or any of its Contractors. c. Without limiting the generality of the provisions of this Article 22.2, the Concessionaire shall fully indemnify, save harmless and defend the PWD from and against any and all damages which the PWD may hereafter suffer, or pay by reason of any demands, claims, suits or proceedings arising out of claims of infringement of any domestic or foreign patent rights, copyrights or other intellectual property, proprietary or confidentiality rights with respect to any materials, information, design or process used by the Concessionaire or by the Concessionaire's Contractors in performing the Concessionaires obligations or in any way incorporated in or related to the Project. If in any such suit, claim or proceedings, a temporary restraint order or preliminary injunction is granted, the Concessionaire shall make every reasonable effort, by giving a satisfactory bond or otherwise, to secure the suspension of the injunction or restraint order. If, in any such suit claim or proceedings, the Project, or any part, thereof or comprised therein is held to constitute an infringement and its use is permanently injuncted, the Concessionaire shall promptly make every reasonable effort to secure for PWD a license, at no cost to PWD, authorising continued use of the infring work. If the Concessionaire is unable to secure such license within a reasonable time, the Concessionaire shall, at its own expense and without impairing the Specifications and Standards either replace the affected work, or part, or process thereof with non-infringing work or parts or process, or modify the same so that it becomes non-infringing. d. In the event that either Party receives a claim from a third party in respect of which it is entitled to the benefit of an indemnity under this Article 22.2 (the 'Indemnified Party') it shall notify the other Party ("Indemnifying Party") within 14 (fourteen) days of receipt of the claim and shall not settle or pay the claim without the prior approval of the Indemnifying Party, such approval not to be unreasonably withheld or delayed. In the event that the Indemnifying Party wishes to contest or
Draft Concession Agreement 65

Request For Proposal Document Public Works Department, Government of Uttarakhand

dispute the claim it may conduct the proceedings in the name of the Indemnified Party subject to the Indemnified Party being secured against any costs involved to its reasonable satisfaction. e. Defence of Claims i. The Indemnified Party shall have the right, but not the obligation, to contest, defend and litigate any claim, action, suit or proceeding by any third party alleged or asserted against such party in respect of, resulting from, related to or arising out of any matter for which it is entitled to be indemnified hereunder and their reasonable costs and expenses shall be indemnified by the Indemnifying Party. If the Indemnifying Party acknowledges in writing its obligation to indemnify the person indemnified in respect of loss to the full extent provided by this Article 22.2, the Indemnifying Party shall be entitled, at its option, to assume and control the defence of such claim, action. suit or proceeding liabilities, payments and obligations at its expense and through counsel of its choice provided it gives prompt notice of its intention to do so to the Indemnified Party and reimburses the Indemnified Party for the reasonable cost and expenses incurred by the Indemnified Party prior to the assumption by the Indemnifying Party of such defence. The Indemnifying Party shall not be entitled to settle or compromise any claim, action, suit or proceeding without the prior written consent of the Indemnified Party unless the Indemnifying Party provides such security to the Indemnified Party as shall be reasonably required by the Indemnified Party to secure, the loss to be indemnified hereunder to the extent so compromised or settled. If the Indemnifying Party has exercised its rights under Article 22.2(d) above, the Indemnified Party shall not be entitled to settle or compromise any claim, action, suit or proceeding without the prior written consent of the indemnifying Party (which consent shall not be unreasonably withheld or delayed). If the Indemnifying Party exercises its rights under Article 22.2(d) above, then the Indemnified Party shall nevertheless have the right to employ its own counsel and such counsel may participate in such action, but the fees and expenses of such counsel shall be at the expense of such Indemnified Party, when and as incurred, unless: 1) the employment of counsel by such party has been authorised in writing by the Indemnifying Party; or 2) the Indemnified Party shall have reasonably concluded that there may be a conflict of interest between the Indemnifying Party and the Indemnified Party in the conduct of the defence of such action; or

ii.

iii.

Draft Concession Agreement

66

Request For Proposal Document Public Works Department, Government of Uttarakhand

3) the indemnifying Party shall not in fact have employed independent counsel reasonably satisfactory to the Indemnified Party to assume the defence of such action and shall have been so notified by the Indemnified Party; or 4) the Indemnified Party shall have reasonably concluded and specifically notified the Indemnifying Party either (a) that there may be specific defences available to it which are different from or additional to those available to the Indemnifying Party; or that such claim, action, suit or proceeding involves or could have a material adverse effect upon it beyond the scope of this Agreement,

(b)

provided that if sub-articles (2), (3) or (4) of Article 22.2(e)(ii) shall be applicable, counsel for the Indemnified Party shall have the right to direct the defence of such claim, action, suit or proceeding on behalf of the Indemnified Party and the reasonable fees and disbursements of such counsel shall constitute legal or other expenses hereunder.

22.3. Advertising on the Project Site The Concessionaire shall not undertake or permit any form of commercial advertising, display or hoarding at any place on the Project Site if such advertising, display or hoarding shall affect the safety of users of the Project Facility while driving. Provided, however, that this sub-article shall not apply within the rest areas on the Project Site. 22.4. Governing Law and Jurisdiction This Agreement shall be construed and interpreted in accordance with and governed by the laws of India and the Courts at Nainital, India shall have jurisdiction over all matters arising out of or relating to this Agreement. 22.5. Waiver a) Waiver by either Party of any default by the other Party in the observance and performance of any provision of or obligations or under this Agreement:

Draft Concession Agreement

67

Request For Proposal Document Public Works Department, Government of Uttarakhand

i.shall not operate or be construed as a waiver of any other or subsequent default hereof or of other provisions or obligations under this Agreement: ii.shall not be effective unless it is in writing and executed by a duly authorised representative of such Party; and iii.shall not affect the validity or enforceability of this Agreement in any manner. b) Neither the failure by either Party to insist on any occasion upon the performance of the terms, conditions and provisions of this Agreement or any obligation thereunder nor time or other indulgence granted by a Party to the other Party shall be treated or deemed as waiver of such breach or acceptance of any variation or the relinquishment of any such right hereunder. 22.6. Survival Termination of this Agreement (a) shall not relieve the Concessionaire or PWD of any obligations hereunder which expressly or by implication survives Termination hereof, and (b) except as otherwise provided in any provision of this Agreement expressly limiting the liability of either Party, shall not relieve either Party of any obligations or liabilities for loss or damage to the other Party arising out of or caused by acts or omissions of such Party prior to the effectiveness of such Termination or arising out of such Termination. 22.7. Amendments This Agreement and the Schedules together constitute a complete and exclusive statement of the terms of the Agreement between the Parties on the subject hereof and no amendment or modification hereto shall be valid and effective unless agreed to by all the Parties hereto and evidenced in writing. 22.8. Notices Unless otherwise stated, notices to be given under this Agreement including but not limited to a notice of waiver of any term, breach of any term of this Agreement and termination of this Agreement, shall be in writing and shall be given by hand delivery, recognised international courier, mail, telex or facsimile transmission and delivered or transmitted to the Parties at their respective addresses set forth below : If to the PWD --------------------------------------------------------------------------------------------------------------Fax No. --------------------------------------------Draft Concession Agreement 68

Request For Proposal Document Public Works Department, Government of Uttarakhand

If to the Concessionaire The Managing Director, ------------------------------------------ Limited, -----------------------------------------------------. Fax No. -----------------------------------------Or such address, telex number, or facsimile number as may be duly notified by the respective Parties from time to time, and shall be deemed to have been made or delivered (i) in the case of any communication made by letter, when delivered by hand, by recognised international courier or by mail (registered, return receipt requested) at that address and (ii) in the case of any communication made by telex or facsimile, when transmitted properly addressed to such telex number or facsimile number. 22.9. Severability If for any reason whatever any provision of this Agreement is or becomes invalid, illegal or unenforceable or is declared by any court of competent jurisdiction or any other instrumentality to be invalid, illegal or unenforceable, the validity, legality or enforceability of the remaining provisions shall not be affected in any manner, and the Parties will negotiate in good faith with a view to agreeing upon one or more provisions which may be substituted for such invalid, unenforceable or illegal provisions, as nearly as is practicable. Provided failure to agree upon any such provisions shall not be subject to dispute resolution under this Agreement or otherwise. 22.10. No Partnership Nothing contained in this Agreement shall be construed or interpreted as constituting a partnership between the Parties. Neither Party shall have any authority to bind the other in any manner whatsoever. 22.11. Language All notices required to be given under this Agreement and all communications, documentation and proceedings which are in any way relevant to this Agreement shall be in writing and in English language. 22.12. Exclusion of Implied Warranties etc. This Agreement expressly excludes any warranty, condition or other undertaking implied at law or by custom or otherwise arising out of any
Draft Concession Agreement 69

Request For Proposal Document Public Works Department, Government of Uttarakhand

other agreement between the Parties or any representation by any Party not contained in a binding legal agreement executed by the Parties. 22.13. Counterparts This Agreement may be executed in two counterparts, each of which when executed and delivered shall constitute an original of this Agreement. IN WITNESS WHEREOF THE, PARTIES HAVE EXECUTED AND DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN. SIGNED SEALED AND DELIVERED For and on behalf of The Public Works Department , Government of Uttarakhand by (Signature) (Name) (Designation) SIGNED, SEALED AND DELIVERED For and on behalf of CONCESSIONAIRE by: In the presence of. 1) 2)

Draft Concession Agreement

70

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE A : PROJECT 1. Need for the Project Entire traffic travelling to Haldwani, Nainital and surrounding areas is presently using the only available road over irrigation barrage at Kosi River. The bridge has not been designed to handle such a large volume of traffic and is not in a structurally sound position to serve the increased density of traffic load. Moreover the road width is also inadequate and carriageway width does not support uninterrupted two way movement over the road. A new bridge facility is, therefore urgently required across this river so as to facilitate this large volume of traffic, to reduce connecting distance and to ease traffic congestion in the city. On the basis of reconnaissance survey of the area, it is proposed to develop a new alignment about 500 m downstream of the site of barrage. The location of project section is shown in Figure below.

Project Section

Draft Concession Agreement

71

Request For Proposal Document Public Works Department, Government of Uttarakhand

2. Scope of the Project Scope of the Project (the Scope of the Project shall mean and include, during the Concession Period : a. Construction of the Project on the Site set forth in Schedule B together with provision of Project Facilities as specified in Schedule C, and in confirmity with the Specifications and Standards set forth in Schedule L. b. Operation and maintenance of the Project in accordance with the provisions of this Agreement; c. Operation and maintenance of the existing bridge constructed by PWD at a distance of 6 km from the proposed new bridge and the 6 km road section between the two bridges forming part of the Project in accordance with the provisions of this Agreement; and d. Performance and fulfilment of all other obligations of the Concessionaire in accordance with the provisions of this Agreement and matters incidental thereto or necessary for the performance of any or all of the obligations of the Concessionaire under this Agreement. 3. Project Location including site map Attached as Annexure IV 4. Site related information The existing Barrage was constructed across river Kosi many years ago for irrigation purpose. The canals were constructed to feed the water for agricultural land and other purposes. Requirement of a new bridge has been felt for many years. The maximum discharge was observed in the barrage in year 1993.It is observed the water rose in the river upto a level of R.L. i.e. H.F.L. which resulted in a discharge which is found to be very near to the design discharge calculations done on the basis of topographic survey and hydraulic studies. It requires a linear water way of approximate 404m length for such a discharge to pass through. Since there is a forest area on one side of the proposed bridge site, it would be more appropriate to fix HFL such that even for 90% linear water way i.e. 360m (the highest anticipated discharge) shall easily pass through the bridge. It is proposed to provide 11.50 m wide bridge with 12 spans of 30m c/c each. Such span shall be a good compromise between an economical and least obstructionist arrangement. It is also proposed to provide PSC T Girder so that depth of the superstructure can be restricted, RCC Pier and well foundation so that a stable and safe base can be arrived at so as to reduce any risk even during the High floods. The carriageway is
Draft Concession Agreement 72

Request For Proposal Document Public Works Department, Government of Uttarakhand

proposed as 7.5m with 1.5m wide footpath and 0.5m wide RCC crash barrier to reduce the chances of falling of vehicles in the river in case of deviating vehicles hitting railings (shown in drawing: GAD details of structure 6). Full utility of the bridge shall be obviated if proper arrangements are not ensured at the entrance and exit intersections of the city area. This would require the two canals near city to be covered from the top. It is proposed that box culverts of suitable spans of proper width of carriage way should be provided along the canal length at the entry point of the city and across the canals wherever canals cross the proposed alignment of the road (Drawing: GAD of Structure 1 and 2). In case of Box culverts, foundation spread can be restricted to canal width only which shall obviate any need to disturb existing properties (Constructed houses). By covering the canals, the width of available road will be more than 10m at the entrance and exit regions. This will ensure smooth flow of traffic. As per IRC guidelines, the design speed for mountainous region is 50 km/h and the required radius is 90m. In the proposed arrangement a radius greater than 100m can be ensured, which in turn can allow speeds greater than 50 km/h for vehicles plying on the road. The formation width of new road in forest area connecting the existing road (towards Haldwani) and new bridge is taken as 12.0m, including 7.0m carriageway and 2.5m wide earthen shoulders on both sides. The Forest Department has permitted use of 15.0 m wide strip for the aforesaid purpose. The proposed GAD arrangement is depicted in drawings placed at Annexure-IV. 5. The Project Assets to be constructed, built, installed, erected, operated and maintained by the Concessionaire on the Project Site is set out in detail in the Bill of Quantities and includes the following : a. A two lane 7.0 m wide carriage way with 2.5 m wide earthen shoulders on both sides for the proposed approach road and 11.50 m wide bridge with 7.5m wide carriageway and 0.5 wide RCC crash barrier and 1.5m wide safety kerbs on both sides in the bridge portion. b. Total length of bridge is 360m and the length of the proposed road towards city area is 160m & towards Haldwani side is 208m. These lengths also include approaches. c. The width of road has been increased at the junction i.e. for the traffic coming from city and going towards Haldwani and for the traffic coming from Haldwani and going to the city area. An island shall be designed at the junction. Width of road shall gradually decrease after the junction for a length of 80m. d. To avoid any conflict point, separate entry for the vehicle going to Haldwani and those coming from Haldwani has been proposed. Since the

Draft Concession Agreement

73

Request For Proposal Document Public Works Department, Government of Uttarakhand

width of existing road is only 4.0m, it shall be widened by covering the existing drain/canal (100m length & 4.5m-6.0m wide). Similarly the separate entry for the vehicles coming from Haldwani and going to city shall be made available by covering another canal (120m length & 10m to17m wide). e. Operation and maintenance of the existing bridge constructed by PWD at a distance of 6 km from the proposed new bridge and the 6 km road section between the two bridges forming part of the Project in accordance with the provisions of this Agreement. 6. Traffic estimates Attached as Annexure I 7. Annexures attched and forming part of the Project and Draft Concession Agreement I. II. III. IV. V. VI. VII. Annexure Ia: Traffic Data Analysis Annexure Ib: Traffic Projections Annexure II: Sub-Soil Investigation Report Annexure III: Hydraulic Calculations Annexure IV: General Arrangement Drawing (GAD) for Structures Annexure V: Rate Analysis Annexure VI(a-i): Itemized Bill of Quantities (BoQ)

Please note that the rates provided in BoQ are indicative and are based on pre feasibility studies carried out by PWD. Bidders are advised to carry out their own pre feasibility studies and prepare own costs estimates before bidding for the Project.

Draft Concession Agreement

74

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE B : PROJECT SITE (Description and particulars of the land on which the Project is to be implemented would need to be set out.)

Draft Concession Agreement

75

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE C : PROJECT FACILITY 1) The facilities to be constructed, built, installed, erected or provided by the Concessionaire in the Project Site are to be set out, with brief description/ specifications. The Project Facilities shall include: a. b. c. d. e. f. toll plaza(s); roadside furniture; Wayside Amenities; tree plantation; pedestrian facilities; others

1.1. Toll Plaza The Concessionaire provide Toll Plaza at 1 location in consultation with the Independent Engineer and PWD. The Concessionaire shall only construct the Toll Plaza. Any equipment required to be installed in the Toll Plaza for collection of Fees shall be purchased by the PWD or its Contractor. 1.2. Way Side Amenities Way side amenities shall be provided at two locations by the Concessionaire in consultation with the Independent Engineer and PWD. These shall have provisions for toilets, drinking water facilities and emergency health care facilities for accident victims. The location and layout plan of way side amenities shall be finalized in consultation with Independent Engineer and PWD. 1.3. Tree Plantation Trees shall be planted in rows by the Concessionaire and on the Project Site with staggered pitch as per norms provided by IRC and MoRT&H.

Draft Concession Agreement

76

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE D : PROJECT COMPLETION SCHEDULE


1. Project Completion Schedule During Construction Period, the Concessionaire shall comply with the requirements set forth in this Schedule-D for each of the Project Milestones and the Project Completion Schedule. Within 15 (fifteen) days of the date of each Project Milestone, the Concessionaire shall notify PWD of such compliance alongwith necessary particulars thereof. 2. 2.1. 2.2. Project Milestone-I Project Milestone-I shall occur on the date falling on the 60th (sixty) day from the Appointed Date (the Project Milestone-I). Prior to the occurrence of Project Milestone-I, the Concessionaire shall have progressed construction of the Project and progressed not less than 10% (ten per cent) of the total capital cost set forth in the Financial Package. Project Milestone-II Project Milestone-II shall occur on the date falling on the 120th (one hundred and twenty) day from the Appointed Date (the Project Milestone-II). Prior to the occurrence of Project Milestone-II, the Concessionaire shall have progressed construction of all bridges and expended not less than 35% (thirty five per cent) of the total capital cost set forth in the Financial Package. Project Milestone-III Project Milestone-III shall occur on the date falling on the 450th (four hundred and fifty) day from the Appointed Date (the Project Milestone-III). Prior to the occurrence of Project Milestone-III, the Concessionaire shall have progressed construction of all Project Facilities and expended not less than 70% (Seventy per cent) of the total capital cost set forth in the Financial Package. Extension of period Upon extension of any or all of the aforesaid Project Milestones or the Scheduled Request for Proposal Bid Document, PWD as the case may be, under and in accordance with the provisions of this Agreement, the Project Completion Schedule shall be deemed to have been amended accordingly. However, the extension of time should be necessarily got approved from PWD based on the recommendations of Independent Engineer.

3. 3.1. 3.2.

4. 4.1. 4.2.

5. 5.1.

Draft Concession Agreement

77

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE E : BILL OF QUANTITIES Attached as Annexure

Draft Concession Agreement

78

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE F : FEE NOTIFICATION (Note : PWD may collect the Fees itself or through a Contactor) Government of Uttarakhand Public Works Department NOTIFICATION S.O. --------. In exercise of powers conferred by Sections _________ and ________, the State Government hereby notifies that there shall be levied and paid fees on mechanical vehicles, for the use of the Bridge across river Kosi at Ramanagar, Nainital (hereinafter referred as Ramanagar Bridge) at the rates specified in Schedule hereunder and having regard to the Concession Agreement dated ----------- entered into with ______(Name of the Concessionaire) -----------------------, having its registered office at ---------------------------- to build, operate and transfer the ____( Name of the Project Facility) and for service provided by it, hereby authorise the said ______ (Name of the Contactor) or its authorised legal representative to collect and retain fees at the rates specified in the said Schedule from the _____(Scheduled Project Completion Date) to (Last day of the Concession Period)

Draft Concession Agreement

79

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE G : ENVIRONMENTAL CLEARANCES Details of the Environmental Clearances obtained/issued by PWD for the Project and the conditions to be fulfilled for the same to be effecive are to be listed and the environmental clearance letters may be attached.

Draft Concession Agreement

80

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE H : CASHFLOW PROJECTIONS Cash Flow Projections (To be finalized within 60 days of COD)
Cash Flow Projections C1 Equity (as provided by Concessionaire) (1) Debt (as provided by the Concessionaire) (2) End of Annuity Payment Period from COD Annuity Amount (3) Less: Projected Operation & Routine Maintenance Cost (4) Projected Periodic Maintenance Cost (5) Debt repayment (principal) (6) Debt repayment (interest) (7) Projected Total O&M Expenses (8) = (4) + (5) +(6)+ (7) Projected Net Cash Flows to Equity (9) = (3)- (1)-(8) Internal Rate of Return for Equity IRR of (10) C2

-----

25

*C1 and C2 denotes Construction Period Note: Discounted Value of Future Net Cash Flows to Equity would be calculated on any day during the Operations Period, by discounting the Projected Net Cash Flows to Equity (item no. 9 in the table above) from that date till the end of the Concession Period at the rate equal to the Internal Rate of Return for Equity as calculated in the above table (item no 10).

Draft Concession Agreement

81

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE I : STATE SUPPORT AGREEMENT THIS STATE SUPPORT AGREEMENT is entered into on this the ------ day of ----- (Month) ------ (Year) at -------------. AMONGST, THE ______________________ in his executive capacity for the Government of Uttarakhand, represented by the Public Works Department, Government of Uttarakhand, hereinafter referred to as PWD (which expression shall include its successors and assigns ), THE ___________________ in his executive capacity for the State of Uttarakhand, acting through the Public Works Department/ Roads and Building Department, Government of Uttarakhand hereinafter referrred to as STG (which expression shall include its successors and assigns), And M/s XXXX Limited, a company incorporated under the Companies Act, 1956, having its registered office at ----------------------------- hereinafter referred to as the "Concessionaire" (which expression shall include its permitted successors and assigns) WHEREAS, A. Public Works Department, Government of Uttarakhand, propose Development of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis (more particularly described in Schedule A the Project). The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. The conceptual plan, designs/ drawings/ layouts for the proposed project shall be as per the Techno Economic Feasibility Report (TEFR). By the Concession Agreement dated ----------- entered into between PWD and the Concessionaire (hereinafter referred to as the Concession Agreement) the Concessionaire has been granted the Concession to implement the Project on BOT Annuity basis basis; With the view to facilitate Implementation and operation of the Project by the Concessionaire in accordance with the Concession Agreement, STG has agreed to enter into State Support Agreement, being these presents with the Concessionaire to extend continued support and grant
Draft Concession Agreement 82

B.

C.

Request For Proposal Document Public Works Department, Government of Uttarakhand

certain rights and authoroties as hereinafter set forth to the Concessionaire. NOW, THEREFORE, THIS AGREEMENT WITNESSETH AS FOLLOWS : 1. 1.1. DEFINITIONS AND INTERPRETATION Definitions In this Agreement the following words and expressions shall, unless repugnant to the context or meaning thereof, have the meaning hereafter respectively assigned to them. Agreement means this agreement and includes any amendment or modifaction made to this agreement in accordance with the provisions hereof. STG Support means the obligations assumed and the facilities agreed to be provided by STG to the Concessionaire pursuant hereto or the Substitution Agreement as applicable. 1.2. Capitalised terms used in this Agreement but not defined shall have the meaning assigned to them respectively in the Concession Agreement or the Substitution Agreement as the case may be. TERM 2.1 This Agreement shall come into force from the date hereof and shall be in force and effect during the Concession Period. SUPPORT OF STG Upon and with effect from the date hereof, STG agrees : so long as the Concessionaire is not in breach of the obligations under this Agreement, STG agrees to enable access to the Project Site to the Concessionaire for peaceful use of and operations at the Project Site by the Concessionaire under and in accordance with the provisions of the Concession Agreement without any let or hindrance from STG or persons claiming through or under it; subject to the Concessionaire complying with Applicable Laws, provide to the Concessionaire Applicable Permits to the extent STG or any of its agencies is entitiled to issue; upon written request from the Concessionaire, provide and/or assist the Concessionaire in obtaining access to all necessary infrastructure facilities and utilities, including water, electricity and telecommunication facilities at rates and on terms no less favourable to
Draft Concession Agreement 83

2. 2.1. 3. 3.1. (i)

(ii)

(iii)

Request For Proposal Document Public Works Department, Government of Uttarakhand

(iv)

the Concessionaire than those generally available to commercial customers receiving substantially equivalent services; ensure that no barriers are erected or placed by STG or anyof its agencies that interupts free flow of traffic on the Project /Project Facility except on account of any law and order situation or upon national security consideration; provide the Concessionaire with assistance through a dedicated team against payment of prescribed fee and charges, if any, for regulation of traffic on the Project/Project Facility; provide to the Concessionaire with police assistance in the form of dedicated highway patrol parties against payment of prescribed costs and charges, if any, for patrolling and provision of security on the Project/Project Facility; observe and comply with its obligations set forth in this Agreement; support, cooperate with and facilitate PWD and the Concessioniare in the implementaion of the Project; subject to and in accordance with the Applicable Laws, assist the Concessionaire in the procurement of all Applicable Permits required from any municipal and other local authorities and bodies including pachayats, in the State of --------------- for the implementation of the Project; ensure, subject to and in accordance with the Applicable Laws, that all relevant municipal and other local authorities and bodies including panchayats in the State of -------------- do not put any barriers or other obstructions that interrupt free flow of traffic on the Project/Project Facility; and not do or omit to do any act, deed or thing which may in any manner be violative of or cause the Concessionaire tp violate any the provisions of the Concession Agreement. STG agrees and undertakes that it shall not construct and operate either itself or have the same, interalia, built and operated on BOT Annuity basis or otherwise a competing facility, either toll free or otherwise during the Concession Period. STG agrees and undertakes that it shall not levy any additional toll, fee, charge or tax on the use of whole or any part of the Project Facility. STG acknowledges the rights of Lender(s) and PWD under the Substitution Agreement and hereby covenants that upon substitution of the Concessionaire by the Selectee pursuant to the Substitution Agreement, it shall be deemed for the purposes of this Agreement that the Selectee is a party hereto and the Selectee shall accordingly be deemed to have
Draft Concession Agreement 84

(v)

(vi)

(vii) (viii) (ix)

(x)

(xi)

3.2.

3.3.

Request For Proposal Document Public Works Department, Government of Uttarakhand

succeeded to the rights and obligations of the Concessionaire under this Agreement on and with effect from the date of substitution of the Concessionaire by the Selectee. 4. 4.1. (i) (ii) (iii) 5. 5.1. (i) (ii) CONCESSIONAIRES OBLIGATIONS Concessionaire agrees and undertakes to perform, observe and comply with the following : All Applicable Laws and Applicable Permits; The provisions of the Concession Agreement, Agreement, and the Project Agreements; and the Substitution

Observe, comply and perform its obligations under this Agreement. REPRESENTATIONS AND WARRANTIES The Concessionaire represents and warrants to STG that: it is duly organised, validly existing and in good standing under the laws of India; it has full power and authority to execute, deliver and perform its obligations under this Agreement and to carry out the transactions contemplated hereby; it has taken all necessary corporate and other action under Applicable Laws and its constitutional documents to authorize the execution, delivery and performance of this Agreement; this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof; it is subject to civil and commercial laws of India with respect to this Agreement and it hereby expressly and irrevocably waives any immunity in any jurisdiction in respect thereof; the execution, delivery and performance of this Agreement will not conflict with nor will the same result in any breach or default under the Memorandum and Articles of Association of the Concessionaire or any member of the Consortium or any Applicable Laws or any covenant, agreement, understanding, decree or order to which it is a party or by which it or any of its properties or assets is bound or affected; there are no actions, suits, proceedings, or investigations pending or, to the Concessionaire's knowledge, threatened against it at law or in equity before any court or before any other judicial, quasi judicial or other authority, the outcome of which may result in the breach of or
Draft Concession Agreement 85

(iii)

(iv) (v)

(vi)

(vii)

Request For Proposal Document Public Works Department, Government of Uttarakhand

constitute a default of the Concessionaire under this Agreement or which individually or in the aggregate may result in any Material Adverse Effect; (viii) it has no knowledge of any violation or default with respect to any order, writ, injunction or any decree of any court or any order of any Government Authority which may result in any Material Adverse Effect; it has complied with all Applicable Laws and has not been subject to any fines, penalties, injunctive relief or any other Civil or criminal liabilities which in the aggregate have or may have Material Adverse Effect; No representation or warranty by the Concessionaire contained herein or in any other document furnished by it to STG, or to any Governmental Agency in relation to Applicable Permits contains or will contain any untrue statement or material fact necessary to make such representation or warranty not misleading; No sums have been paid or will be paid by or on behalf of the Concessionaire to any Person by way of fees, commission or otherwise for entering into this Agreement or for influencing or attempting to influence any officer or employee of PWD/STG in connection therewith. STG represents and warrants to the Concessionaire that: It has full power and authority to execute, deliver and perform this Agreement; It has taken all necessary action to authorise the execution, delivery and performance of this Agreement; this Agreement constitutes its legal, valid and binding obligation enforceable against it in accordance with the terms hereof. SOVEREIGN IMMUNITY STG hereto unconditionally and irrecovably : Agrees that the execution, delivery and performance by it of this Agreement do not constitute soverign acts; Agrees that should any proceedings be brought against it or its assets in relation to this Agreement or any transaction contemplated by this Agreement, no sovereign immunity from such proceedings, execution, attachment or other legal process shall be claimed by or in behalf of itself or with respect to any of its assets, to the extent permitted by law; and

(ix)

(x)

(xi)

5.2. (i) (ii) (iii) 6. 6.1. (i) (ii)

Draft Concession Agreement

86

Request For Proposal Document Public Works Department, Government of Uttarakhand

(iii) 6.2.

To the extent permitted by law, waives right of soverign immunity, which it or its assets now has or may acquire in future. Notwithstanding anything to the contrary herein contained such waiver of right of immunity shall not apply to i. ii. Property and assets of any consular or diplomatic mission or consulate or Property belonging to the Defence Services and such assets of the Union of India.

7. 7.1.

BREACH AND COMPENSATION In case STG is in breach of any of its obligations under this Agreement, which breach is not cured within 30 days of receipt of notice in writing from the Concessionaire and which has not occurred as a result of Concessionaires breach of its obligation under this Agreement or the Concession Agreement, STG shall pay to the Concessionaire by way of Compensation, all direct additional costs sufferred or incurred by the Concessionaire and determined by PWD as arising out of such material default by STG. In case of any dispute by STG as to the extent of compensation determined by PWD, the same shall be settled as per provisions of the Dispute Settlement Mechanism provided in Article 10 of this Agreement. Any sum payable by STG to the Concessionaire pursuant to the preceding sub-article 7.1 shall be paid to the Concessionaire in one lumpsum within 60 (sixty) days of receiving PWDs determination thereof. Failing such payment, PWD shall within the next 30 days pay the sum due to the Concessionaire and seek reimbursement of the same from STG. INDEMNITY The Concessionaire will indemnify, defend and hold STG harmless against any and all proceedings, actions and claims for any loss, damage, cost and expense of whatever kind and nature arising out of design, engineering, construction, operation and maintenance of the Project/Project Facility or arising out of any breach by the Concessionaire of any of its obligations under this Agreement or on account of failure of the Concessionaire to comply with and observe Applicable Laws and Applicable Permits; STG will, indemnify, defend and hold harmless the Concessionaire against any and all proceedings,actions and third party claims for any loss, damage, cost and expense arising out of failure of STG to fulfill any of its obligations under this Agreement adversely affecting the performance of the Concessionaires obligations under the Concession
Draft Concession Agreement 87

7.2.

7.3.

8. 8.1.

8.2.

Request For Proposal Document Public Works Department, Government of Uttarakhand

Agreement other than any loss, damage, cost and expense, arising out of acts done in discharge of their lawful functions by STG, its officers, servants and agents; 8.3. Without limiting the generality of Clause 8.2, PWD shall indemnify the Concessionaire and shall save it harmless from and against any payments required to be made by the Concessionaire with respect to levy of any Local Taxes provided nothing contained herein shall be construed or interpreted as restricting in any way or manner the right to STG or any municipal, panchayat or other local authoroties to levy any taxes which they or any of them are lawfully entitled to levy, impose or collect (theExpected Taxes). The Concessionaire shall not be entitled to and STG shall be under no obligation to reimburse Expected Taxes to the Concessionaire or any person claiming through or under the Concessionaire; In the event that either party hereto receives a claim from a third party in respect of which it is entitled to the benefit of an indemnity under this Clause 8 or in respect of which it is entitled to reimbursement (the 'Indemnified Party') it shall notify the other Party ("Indemnifying Party") within 14 (fourteen) days of receipt of the claim and shall not settle or pay the claim without the prior approval of the Indemnifying Party. In the event that the Indemnifying Party wishes to contest or dispute the claim it may conduct the proceedings in the name of the Indemnified Party and shall bear all costs involved in contesting the same. The Indemnified Party shall provide all co-operation and assistance in contesting any claim and shall sign all such writings, and documents as the Indemnified Party may reasonably require. GOVERNING LAW AND DISPUTE SETTLEMENT This Agreement shall be governed by and construed and interpreted in accordance with the laws of India. The provisions contained in Clause 8 shall survive the termination of this Agreement. Any dispute, difference or claim arising out of ir in connection with or in relation to this Agreement which is not resolved amiocably shall be decided finally by reference to arbitration to a Board or Arbitrators comprising of one nominee of each party to the dispute. Such arbitration shall be held in accordance with the Rules of Arbitration of the Indian Counsel of Arbitration and shall be subject to the provisions of the Arbitration and Concilation Act, 1996. The Arbitrators shall issue a reasoned award. The venue of such arbitration shall be -------------------. The Award shall be final and binding on the Parties.

8.4.

9. 9.1.

9.2.

Draft Concession Agreement

88

Request For Proposal Document Public Works Department, Government of Uttarakhand

10. MISCELLANEOUS 10.1. Alteration of Terms All additions, amendments, modifications and variations to this Agreement shall be effectual and binding only if in writing and signed by the duly authorised representatives of STG and the Concessionaire. 10.2. Time or Indulgence Allowed An indulgence by one Party to the other in respect of any obligation or matter hereunder including time for performance to the other party hereunder or to remedy any breach hereof shall not be constued as a waiver of any of its rights hereunder Party may be on such terms and subject to such conditions as the Party giving it may specify and shall be without prejudice to that Partys then accrued rights under this Agreement except to the extent expressly varied in writing when giving such time or other indulgence. 10.3. Severence of Terms If any provisions of this Agreement are declared to be invalid, unenforceable or illegal by any competent arbitration tribunal or court, such invalidity, unenforceability or illegality shall not prejudice or affect the remaining provisions of this Agreement, which shall continue in full force and effect. 10.4. Language All notices, certificates, correspondence or other communications under or in connection with the Agreement shall be in English. 10.5. Notices Any notice or communication hereunder shall be in writing and shall either be delivered personally or sent by registered post, with copy by facsimile transmission or other means of telecommunication in permanent written form. A copy of all notices and communications will also be forwarded to the Lenders Representative. The service of notice shall unless otherwise notified by a notice hereunder to the parties at their following address: IF to STG : Attn : Fax No: Tel No:

Draft Concession Agreement

89

Request For Proposal Document Public Works Department, Government of Uttarakhand

IF to PWD : Attn : Fax No : Tel No : IF to the Concessionaire : Attn : Fax No : Tel No : The notice pursuant hereto will be deemed to have been received on the date when such notice is in fact received by the addressee. 10.6. Authorised Representatives Each of the Parties shall by notice in writing designate their respective authorised representative through whom only all communications shall be made. A Party hereot shall be entitled to remove and/or substitute or make fresh appointment of its such authorised representative by similar notice. 10.7. Original Document This Agreement is made in three counterparts, each of which shall be deemed to be an original but shall constitute one document. IN WITNESS WHEREOF THE PARTIES HERETO HAVE PUT THEIR HANDS HEREUNTO ON THE DAY, MONTH AND YEAR FIRST ABOVE WRITTEN. For the Concessinaire By :---------------------------------Name -----------------------------Title -------------------------------For STG By :---------------------------------Name -----------------------------Title -------------------------------For PWD By :---------------------------------Name -----------------------------Title --------------------------------

Draft Concession Agreement

90

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE J : PART A : INDEPENDENT ENGINEER'S SERVICES TERMS OF REFERENCE 1. OBJECTIVES The Independent Engineer shall be required to : (i) Act independently on behalf of both PWD and the Concessionaire to review and monitor all activities associated with design, construction, operation and maintenance3 to ensure compliance with provisions of the Concession Agreement. Visit, inspect, and report to PWD/Steering Group on various aspects of the project and carry out all such activities as are provided in the Concession Agreement. Without prejudice to this, the scope of services of the Independent Engineer shall be as specified in para 2 to 4. The Independent Engineer shall have no authority to relieve the Concessionaire of any of itsduties or to impose additional obligations other than those expressly provided in the Concession Agreement. 2. 2.1. (i) (ii) (iii) SCOPE OF SERVICES Pre-implementation Period Review the Project Report prepared by the Concessionaire. Review the Implementation Schedule submitted by the Concessionaire. Proof checking of designs, calculations and working drawings prepared by the Concessionaire for the construction of various components of the Project Facility in accordance with provisions of the Concession Agreement. Review the adequacy of the geo-technical studies, sub-soil investigations, hydrological investigation and the topographical survey, if any, carried out by the Concessionaire. Review the environmental management plan for the Project during Implementation Period and Operations Period. Review the proposed quality assurance and quality control procedures during the Implementation Period and Operations Period. Review the safety measures proposed during Implementation Period and Operations Period.

(ii)

(iv) (v) (vi) (vii)

In case where PWD Engineer is designated.

Draft Concession Agreement

91

Request For Proposal Document Public Works Department, Government of Uttarakhand

2.2. (i)

Implementation Period

Monitor quality assurance and quality control during Implementation period. (ii) Review the material testing results, mix designs and order special tests of materials and/or completed works, and/or order removal and substitution of substandard materials and/or works as required. (iii) Ensure that the construction work is carried out in accordance with the Specifications and Standards and Good Industry Practice. (iv) Identify delays in completion and recommend to the Steering Group/ Concessionaire the remedial measures to expedite the progress. (v) Review As Built drawings for each component of the works prepared by the Concessionaire. (vi) Review the safety measures provided by the Concessionaire. (vii) Supervise and monitor various Completion Tests as provided in the Concession Agreement (viii) Issue Provisional Completion Certificate or the Completion Certificate, as the case may be, in accordance with the provisions of the Concession Agreement. (ix) Review and approve the Maintenance Manual prepared by the Concessionaire. 2.3. (i) (ii) (iii) 3. General Design a Management Information System (MIS) for monitoring of the Project by PWD. Determine and recommend changes to the Project Completion Schedule, Scheduled Project Completion Date and the Concession Period in accordance with the Concession Agreement. Mediate and assist in resolving disputes between PWD/STG and Concessionaire. INTERACTION WITH STEERING GROUP The Independent Engineer shall interact with the Steering Group on a regular basis. REPORTING REQUIREMENTS The Independent Engineer shall prepare and submit to the Steering Group three copies and to the Concessionaire two copies each of the following reports. Implementation Period : Monthly Progress Report Various other reports as provided in the Concession Agreement such as Completion Report. PERIOD OF SERVICES The period of services shall be the Implementation Period.

4.

(a) (b) 5.

Draft Concession Agreement

92

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE J : PART B : PWD ENGINEER'S SERVICES TERMS OF REFERENCE


1. OBJECTIVES The PWD Engineer shall be required to : (i) (i) To review and monitor all activities associated with operation and maintenance to ensure compliance with provisions of the Concession Agreement. Visit, inspect, and report to PWD/Steering Group on various aspects of the project and carry out such other activities as provided in the Concession Agreement. Without prejudice to this, the scope of services of the PWD Engineer shall be as specified in para 2 to 4. The PWD Engineer shall have no authority to relieve the Concessionaire of any of their duties or to impose additional obligations other than those expressly provided in the Concession Agreement. 2. (i) SCOPE OF SERVICES

Review work plan and schedules of various operation and maintenance activities. (ii) Review and ensure compliance with Maintenance Programme, Minimum Maintenance Requirements and the Maintenance Manual. (iii) Supervise action to undertaken by PWD's contractor(s) to carry out maintenance obligations of the Concessionaire at the risk and cost of the Concessionaire in the event of his failure to carry out the same. (iv) Undertake audit of the traffic using the Project at least once a month. (v) Review and inspect the Project at least once a month during the Operations Period and submit an Inspection Report thereafter to PWD. (vi) Mediate and assist in resolving disputes between PWD/STG and Concessionaire. 3. REPORTING REQUIREMENTS The Independent Engineer shall prepare and submit to the Steering Group three copies and to the Concessionaire two copies each of the following reports. 4. Monthly and Quarterly Inspection Reports Monthly report on audit of the traffic using the Project

PERIOD OF SERVICES The period of services shall be the Operations Period.

Draft Concession Agreement

93

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE K : DRAWINGS

1. In compliance of the obligations set forth in Clause 9.2 of this Agreement, the Concessionaire shall furnish to the Independent Engineer and PWD, free of cost, all Drawings listed in Annex-I of this Schedule-K. 2. The Concessionaire shall adhere to the following sequence of preparation of the drawings listed in Annex I. All drawings shall be prepared by the Concessionaire and submitted for review and approval to the Independent Engineer and PWD. 3. During the Development Period : A. Road Way Geometrics: (i) (ii) (iii) (iv) (v) (vi) (vii) Typical Pavement Cross Sections, Horizontal and Vertical Alignment with details of reference pillars, Alignment Stake out details, Horizontal Intersection Points, Vertical Intersection Points, Curve details, and sight distances, Detailed Plan and Profile Drawings with Finished Road Levels (FRL), Geometric Cross-sections,

B. Structures (i) GADs with Typical Details

C. Project Facilities Other Specialized Drawings: (i) (ii) a. b. c. d. e. f. g. h. i. j. (iii) Location plans, layout design, General Arrangement Plans Conceptual Drawings for: Underpasses, interchanges, major intersections and grade separators. Traffic Control Centre Road furniture items incl traffic signage, markings, safety barriers etc. Traffic diversion plans and traffic control measures Road drainage measures Typical details of slope protection measures Landscaping and horticulture Pedestrian and cattle crossings Street lighting General Arrangement of Base camp and Administrative Block. Other Crossing Structures General Agreement Drawing (like Canal) for approval from Irrigation/concern Government department after clearance from Independent Engineer and PWD.

Draft Concession Agreement

94

Request For Proposal Document Public Works Department, Government of Uttarakhand

4. During the construction period, D. Road Way Geometrics: (i) (ii) Good For Construction (GFC) Drawings for Geometrics and Pavement, Misc. Works duly approved by IE as prepared (i) above.

E. Structures: (i) Detailed Designs, Detailed GFC Construction Drawings, Working Drawings duly approved by Independent Engineer. F. Project Facilities: 1. Detailed GFC Drawings and Plans as duly approved by Independent Engineer listed above

5. On achievement of substantial completion of works As-built drawings for all components of the Project. The approval of the as-built drawings shall be pre-requisite for issue of Completion Certificate. 6. Additional drawings If the Independent Engineer determines that for discharging its duties and functions under this Agreement, it requires any drawings other than those listed in para 7, it shall by notice, require the Concessionaire to prepare and furnish such drawings forthwith. Upon receiving a requisition to this effect, the Concessionaire shall promptly prepare and furnish such drawings to the Independent Engineer and PWD for review and approval, as if such drawings formed part of para 7 of this Schedule-K. 7. Indicative List of Drawings to be prepared a. All the Drawings that the Concessionaire is required to furnish under Article 9. b. Horizontal and Vertical Alignment with details of reference pillars, Horizontal Intersection Points, Vertical Intersection Points, elements of curves, and sight distances. c. Cross-section at 25m interval along the alignment within ROW d. Typical cross-section with details of pavement structures e. Detailed drawings of individual Bridges and Structures f. Detailed drawings for individual culverts g. Detailed layout drawings for intersections and interchanges h. Drawings for Road signs, Markings, Parking areas i. Detailed layout drawings for traffic circulation for service roads, for vehicular underpasses including cross-section drawings through vehicular and pedestrian underpasses at the Project level and the structure bed level
Draft Concession Agreement 95

Request For Proposal Document Public Works Department, Government of Uttarakhand

j. k. l. m. n.

Street lighting Landscaping &Tree plantation Traffic management drawings for safety in construction zones Detailed drawings of road side furniture and safety structures Any other drawings for completion of work.

Draft Concession Agreement

96

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE L : SPECIFICATIONS AND STANDARDS A. DESIGN STANDARDS 1 The geometric design standards of new road would generally conform to IRC 92-1985. The following standards have been followed. Design Speed 50 kmph for mountainous region Radius of Curvature Minimum 90.0m (m) Cross - Section Two lane undivided carriageway (7.0 m width ) with 2.5m earthen shoulders Cross - Slope 2.5% on carriageway and 3.5% on earthen shoulders 2 a. The component wise design feature summary is given below: Span Arrangement The proposed span system is as follows: 12 nos.x 30.0m Total length of Bridge is 360 m. Length of approach embankments with CC wall is 160 m on City area side & 208 m Haldwani side. Components i. ii. iii. iv. c. Superstructure PSC Girders (12 no. spans) Substructure Single circular RCC pier of Dia. of 2.50 m Foundation Well foundation of outer dia 8.0m for Piers Retaining wall C.C.

b.

Bearing All the bearings shall be POT PTEF.

d.

Drainage Provisions GI Drainage spout with GI grating shall be provided at the superstructure near the pier locations.

e.

Wearing Coat Wearing Coat shall be reinforced cement concrete wearing coat type & of thickness 65 mm.

Draft Concession Agreement

97

Request For Proposal Document Public Works Department, Government of Uttarakhand

f.

Expansion Joints Single Strip seal type of expansion joint has been proposed for every expansion joint in superstructure.

g.

Crash Barrier Crash Barrier of 500mm thickness would be provided at the outer edge of the structures.

h.

Foot path Foot path of 1500mm wide for pedestrians

i.

Service Duct Provision of the service duct has been kept in each footpath. Such duct would be of PVC pipe having 150 mm dia. One such duct would be proposed at each crash barrier.

B. GRADE OF MATERIALS 1 Concrete, Reinforcements and pre-stressing steel Grade of Concrete for different element of the structure shall be as follows: Superstructure Reinforced Concrete Pier, Pier cap Crash Barrier Well Steining & Well Curb Well cap Intermediate plug Bottom plug All PCC leveling course Grade of Reinforcement M-40 M-35 M-40 M-25 M-30 M-25 M-25 M-15 Fe 415

HYSD bars (Grade Fe 415) conforming to IS: 1786 shall be provided. All prestressing steel shall be Low relaxation strand as per IS 14268. All internal sheathing duct shall be Galvanized cold rolled cold annealed mild steel as per IRC 18-2000. The minimum cover to reinforcement shall be determined from the recommendations of IRC: 21-2000 taking into account the local environmental conditions. Following clear cover shall be adopted for various components:

Draft Concession Agreement

98

Request For Proposal Document Public Works Department, Government of Uttarakhand

Element Superstructure Pier, Pier cap 2

Clear Cover reinforcement 40mm 50mm

to

TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL/DRAIN ON CHAINAGE A-0/0-98/30 (STR NO.1) Dimensions 98.30 m Inner Dimension 6.0 m X 2.1 m Outer Dimension 7.7m X 3.6 m Grade of Concrete M 35 Item Length of Bridge Size of Box

TECHNICAL FEATURES OF DOUBLE RCC BOX OVER CANAL ON CHAINAGE B0/0 TO 118/35 (STR No.2) Item Length of Bridge Size of Box Grade of Concrete Dimensions 118.35 m Twin Boxes of Inner Dimension 5.40X4.0m each M 35

TECHNICAL FEATURES OF RCC T-BEAM BRIDGE OVER CANAL ON CHAINAGE 150/0 (STR No.3) Item Length of Bridge Longitudinal Girders Abutment Carriage Way Dimensions 21.60m (Skew) Single Span, RCC T Beam Type, 4 nos, M35 R.C.C. Wall Type, M30 7.5 m (Minimum)

TECHNICAL FEATURES OF MINOR BRIDGE OVER CANAL ON CHAINAGE 175/0 (STR No.4) Item Length of Bridge Type of Bridge Carriage Way Dimensions 8.00m R.C.C.Solid Slab in M30 7.5 m (Minimum)

TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL ON CHAINAGE 265/0 (STR No.5) Item Length of Bridge Dimensions 19 m

Draft Concession Agreement

99

Request For Proposal Document Public Works Department, Government of Uttarakhand

Size of Box Grade of Concrete Carriage Way 7

Inner Dimension 3.0 m X 4.18 m Outer Dimension 3.96m X 5.08 m M 35 7.5 m (Minimum)

TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL ON CHAINAGE 760/0 (STR No.7) Item Length of Bridge Size of Box Grade of Concrete Carriage Way Dimensions 26.45 m Triple Boxes of Inner Dimension 8.0 m X 5.7 m each M 35 7.5 m (Minimum)

TECHNICAL FEATURES OF SINGLE RCC BOX OVER CANAL ON CHAINAGE 805/0 (STR No.8) Item Length of Bridge Size of Box Grade of Concrete Carriage Way Dimensions 13 m Inner Dimension 3.0 m X 2.0 m Outer Dimension 3.96m X 2.9 m M 35 7.5 m (Minimum)

Draft Concession Agreement

100

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE M : TESTS 1. Schedule of Tests during development and construction 1.1. The Concessionaire shall, ensure that the construction of the laboratory for the project, is complete and it is equipped with all necessary equipments and staff, prior to the Appointed Date. The Project Execution Plan, to be formulated in the Development period shall include a Detailed Quality Assurance Plan (QAP) during the construction and maintenance stages of the Project. The QAP shall conform to the MORT&H specifications for Road and Bridge Works, 2001 (fourth revision) and applicable Codal provisions. The QAP shall include details pertaining to the nature and type of tests and investigations to be carried out, methods to carry out the same, frequency of testing and analysis protocols in line with the standard engineering practices. The QAP shall be reviewed and approved by the IE, and shall form a control chart for monitoring the testing and investigations to be carried out by the Concessionaire. Table 1: Indicative Listing of Tests to be carried out during Development and Construction Period
Sl. No. Item Test

1.2.

Earthwork for embankment, subgrade construction and cut formation Embankment and Moisture Content test as per IS : 2720 (Part 2) sub grade borrow Sand Content Test according to IS : 2720 (Part 4) materials Plasticity Characteristics of soils according to IS : 2720 (Part 5) Moisture Content-Dry Density relationship using heavy compaction according to IS: 2720 Part 8. Determination of total soluble sulphate content as per IS : 2720 Part 37 IS : 2720 (Part 40): Determination of Free Swelling Index of solutions Deleterious Content Test as per IS: 2720 (Part 27) CBR Test as per IS: 2720 (Part 16) Compaction Compaction density Determination of dry density of soils in place according to IS2720, Part 28 by the Sand Replacement Method Pavement Structure Granular Sub base Plasticity Characteristics of soils according to IS : 2720 Part 5 and base courses Dry density of soils in place according to IS : 2720 Part 28 Determination of total soluble sulphate content as per IS : 2720 Part 37 Deleterious Content Test CBR test as per IS : 2720, Part 16
Draft Concession Agreement 101

Request For Proposal Document Public Works Department, Government of Uttarakhand

Bituminous base and wearing courses

Cement concrete Pavement

Bridges Cement, aggregate, reinforcement prestressing steel and Concrete Superstructure Expansion Joints

Dry density-moisture content relationship as per IS: 2720 Part 8 Aggregate grading as per Job Mix Formula Aggregate Impact value as per IS: 2386 (Part 4) or IS : 5640 Particle size and shape as per IS : 2386 (Part I) Quality of binder Aggregate Impact Value/ Los Angeles Value as per IS 2386 (Part 4) Flakiness Index and Elongation Index Stripping value test as per AASHTO T182 Water absorption of Aggregates as per IS : 2386 (Part 3) Water Sensitivity of Mix Polished Stone Value Grading of Aggregates Sand Equivalent Test Plasticity Index Soundness Test as per IS : 2386 Part 5 Marshall stability test as per ASTM D-1559 Stability of Mix Swell test on the Mix Rate of spread of mixed material Density of mixed material Aggregate Impact Value as per IS : 2386 (Part 4) Gradation Soundness Test as per IS: 2386 (Part 5) Alkali Aggregate Reactivity IS : 2386 (Part 7) Strength of Concrete (Tests on Cubes and beams) as per IS : 516 Workability of fresh Concrete - Slump Test IS : 1199 Core strength of hardened concrete as per IS: 516 Workability of fresh concrete- Slump test as per IS: 1199 Thickness determination Thickness measurement for trial strength Tests and Standards of Acceptance as per MORT&H Specifications of Tests performed during construction Static load testing of any one span of the structure for carrying design load as per IRC SP 37 Checking and verification of the Expansion joints to ascertain proper functioning as per MORT&H Specifications

2. Schedule for Tests during construction completion 2.1. The Concessionaire shall, not later than 30 (thirty) days prior to the likely completion of the Project, notify the IE and PWD of its intent to subject the Project to Tests, and not later than 7 (seven) days prior to the actual date of Tests, furnish to the Independent

Draft Concession Agreement

102

Request For Proposal Document Public Works Department, Government of Uttarakhand

2.2.

Engineer and PWD detailed inventory and particulars of all works and equipment forming part of the Project. The Concessionaire shall notify the Independent Engineer of its readiness to subject the Project to Tests at any time after 7 (seven) days from the date of such notice, and upon receipt of such notice, the Independent Engineer shall, in consultation with the Concessionaire, determine the date and time for each Test and notify the same to PWD who may designate its representative to witness the Tests. The Independent Engineer shall thereupon conduct the Tests itself or cause any of the Tests to be conducted in accordance with Article 10.3 and this Schedule.

3. Tests 3.1. Visual and physical Test: The Independent Engineer shall conduct a visual and physical check of the Project to determine that all works and equipment forming part thereof conform to the provisions of this Agreement. Test drive: The Independent Engineer shall undertake a test drive of the Project Bridge by a Car to determine that the quality of service conforms to the provisions of the Agreement. Riding quality Test: Riding quality of each lane of the carriageway shall be checked with the help of a calibrated bump integrator. Pavement Composition Test: The thickness and composition of the pavement structure shall be checked on a sample basis by digging pits to determine conformity of such pavement structure with Specifications and Standards. The sample shall consist of one pit in each direction of travel to be chosen at random in each stretch of 3 (three) kilometres of the Project. The first pit for the sample shall be selected by the Independent Engineer through an open draw of lots and every fifth kilometre from such first pit shall form part of the sample for this pavement quality Test. Cross-section Test: The cross-sections of the Project shall be checked on a sample basis through physical measurement of their dimensions for determining the conformity thereof with Specifications and Standards. For the road portion, the sample shall consist of one spot to be selected at random in each stretch of 1 (one) kilometre of the Project. The first spot for the sample shall be selected by the Independent Engineer through an open draw of lots and the spots located at every one kilometre from such first spot shall form part of the sample. For the bridge portion, one spot shall be selected at random by the Independent Engineer in each span of the bridge. Structural Test for bridges: All major and minor bridges constructed by the Concessionaire shall be subjected to the Rebound Hammer and Ultrasonic Pulse Velocity tests, to be conducted in accordance with the procedure described in Special Report No. 17: 1996 of the IRC Highway Research Board on Non destructive Testing Techniques, at
103

3.2. 3.3. 3.4.

3.5.

3.6. 3.7.

Draft Concession Agreement

Request For Proposal Document Public Works Department, Government of Uttarakhand

two spots in every span, to be chosen at random by the Independent Engineer. Bridges with a span of 15 (fifteen) metres or more shall also be subjected to load testing. 3.8. Other Tests: The Independent Engineer may require the Concessionaire to carry out or cause to be carried additional Tests, in accordance with Good Industry Practice, for determining compliance of Project with Specifications and Standards. 3.9. 3.8 Environmental audit: The Independent Engineer shall carry out a check to determine conformity of 3.10. the Project with the environmental requirements set forth in Applicable Laws and Applicable Permits. 3.11. Safety review: Safety audit of the Project shall be undertaken by the Independent Engineer. 4. Agency for conducting Tests All Tests set forth in this Schedule-M shall be conducted by the Independent Engineer or such other agency or person as it may specify in consultation with PWD. 5. Completion Certificate and Provisional Certificate Upon successful completion of Tests, the Independent Engineer shall issue the Completion / Provisional Certificates, as the case may be, after obtaining consent from PWD, in accordance with the provisions of Article 10.3. 6. Tests during Operation and Maintenance 6.1. The Concessionaire shall carry out, on a quarterly basis, the key tests specified to be undertaken during O&M Period and any other specific tests required by the Independent Engineer or PWD. The periodic quarterly tests shall be carried out by the Concessionaire at the Project laboratory under the Supervision of the PWD Engineer, unless and until specifically requested otherwise by the PWD Engineer or PWD to carry out the tests at a different laboratory / institution. Expenses for all tests carried out shall be borne by the Concessionaire.

7. Key Tests during Maintenance Period Pavement Surface Condition Test: The condition of the pavement shall be recorded on each kilometre of Project, and should specify the condition of Pavement (such as cracking, potholing ravelling, rutting or such parameters, as suggested by PWD Engineer) in terms of percentage for each kilometer of the Project. The concessionaire shall incorporate rectification measures for this distress in maintenance plan.

Draft Concession Agreement

104

Request For Proposal Document Public Works Department, Government of Uttarakhand

Structural Strength Test for Pavement: The pavement shall be tested for characteristic deflection with Benkelman beam test as specified in IRC:81-1997 or as set forth in Schedule-L. Deficiency in the structural strength assessed based on the tests shall form basis for pavement strengthening as specified in IRC: 81-1997 Riding Quality Test: Riding quality of each lane of the carriageway shall be checked with the help of a calibrated bump integrator and the maximum permissible roughness for purposes of this Test shall be 2,000 (two thousand) mm for each kilometre. Structural Test for bridges: All major and minor bridges constructed by the Concessionaire shall be subject to the Rebound Hammer and Ultrasonic Pulse Velocity tests, to be conducted in accordance with the procedure described in Special Report No. 17: 1996 of the IRC Highway Research Board on Non destructive Testing Techniques, at two spots in every span, to be chosen at random by the PWD Engineer. Bridges with a span of 15 (fifteen) metres or more shall also be subjected to load testing.

Draft Concession Agreement

105

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE N : COMPLETION CERTIFICATE 1. We ,**********., having our Registered Office at *************** as the Independent Engineer under and in accordance with the Concession Agreement dated *** (the Agreement), for Development of Bridge across river Kosi at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity Basis through **** (Name of Concessionaire), hereby certify that the Tests specified in Article 10.3 and Schedule M of the Agreement have been successfully undertaken to determine compliance of the Project with the provisions of the Agreement. Further, we have also obtained the consent of Public Works Department, Government of Uttarakhand acting as the _______________ to issue this certificate. 2. Based on the above we are satisfied that the Project can be safely and reliably placed in commercial service of the Users thereof. Hence we hereby certify that, in terms of the aforesaid Agreement, all works forming part of the Project have been completed, and the Project is hereby declared fit for entry into commercial operation on this the *** day of *** 20**. SIGNED, SEALED AND DELIVERED INDEPENDENT ENGINEER., (Signature) (Name) (Designation) (Address)

Draft Concession Agreement

106

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE O : MINIMUM MAINTENANCE REQUIREMENTS 1 Maintenance Requirements

1.1. The Concessionaire shall, at all times, operate and maintain the Project in accordance with the provisions of the Agreement, Applicable Laws and Applicable Permits. In particular, the Concessionaire shall, at all times during the Operation Period, conform to the maintenance requirements set forth in this Schedule-O (the Maintenance Requirements). 1.2. The Concessionaire shall repair or rectify any defect or deficiency set forth in Paragraph 2 of this Schedule-O within the time limit specified therein and any failure in this behalf shall constitute a breach of the Agreement. Upon occurrence of any breach hereunder, PWD shall be entitled to recover Damages as set forth this Agreement, without prejudice to the rights of PWD under the Agreement, including Termination thereof. 2 Repair/rectification of defects and deficiencies The obligations of the Concessionaire in respect of Maintenance Requirements shall include repair and rectification of the defects and deficiencies specified in Annex - I of this Schedule - O within the time limit set forth therein.

3 Other defects and deficiencies 3.1. In respect of any defect or deficiency not specified in Annex - I of this Schedule- O, the Concessionaire shall undertake repair or rectification in accordance with Good Industry Practice. 3.2. In respect of any defect or deficiency not specified in Annex - I of this Schedule- O, the IE may, in conformity with Good Industry Practice, specify the permissible limit of deviation or deterioration with reference to the Specifications and Standards, and any deviation or deterioration beyond the permissible limit shall be repaired or rectified by the Concessionaire within the time limit specified by the IE. 4 Extension of time limit Notwithstanding anything to the contrary specified in this Schedule-O, if the nature and extent of any defect or deficiency justifies more time for its repair or rectification than the time specified herein, the Concessionaire shall be entitled to additional time in conformity with Good Industry Practice. Such additional time shall be determined by the IE and conveyed to the Concessionaire and PWD with reasons thereof. The extension of time will be decided by IE after getting the approval of PWD. Emergency repairs/restoration Notwithstanding anything to the contrary contained in this Schedule-O, if any defect, deficiency or deterioration in the Project poses danger to the life or property of the Users thereof, the Concessionaire shall promptly take all reasonable measures for eliminating or minimizing such danger.
Draft Concession Agreement 107

Request For Proposal Document Public Works Department, Government of Uttarakhand

Daily Inspection by the Concessionaire The Concessionaire shall, through its engineer, undertake a daily visual inspection of the Project and maintain a record thereof in a register to be kept in such form and manner as the IE may specify. Such record shall be kept in safe custody of the Concessionaire and shall be open to inspection by PWD and the IE at any time during office hours. Divestment Requirements All defects and deficiencies specified in this Schedule-O shall be repaired and rectified by the Concessionaire so that the Project conforms to the Maintenance Requirements on the Transfer Date. Display of Schedule - O The Concessionaire shall display a copy of this Schedule O at the Toll Plaza[s] along with the Complaint Register.

Draft Concession Agreement

108

Request For Proposal Document Public Works Department, Government of Uttarakhand

Annex 1 (Schedule-O) Repair/Rectification of Defects and Deficiencies The Concessionaire shall repair and rectify the defects and deficiencies specified in this Annex-I of Schedule-O within the time limit set forth herein. Nature of defect or deficiency ROADS (a) Carriageway and paved shoulders Time limit for repair/ rectification - Temporary restoration of traffic within 24 hours; permanent restoration within 15 days - 180 days - 48 hours - 30 days

(i) Breach or blockade (ii) Roughness value exceeding 2,000 mm in a stretch of 1 km (as measured by a standardised roughometer/bump integrator) (iii) Pot holes (iv) Cracking in more than 5% of road surface in a stretch of 1 km (v) Rutting exceeding 10 mm in more than 2% of road surface in a stretch of 1 km (measured with 3 m straight edge) (vi) Bleeding/skidding (vii) Ravelling/Stripping of bitumen surface exceeding 10 sq m (viii) Damage to pavement edges exceeding 10 cm (ix) Removal of debris (b) Hard/earth shoulders, side slopes, drains and culverts (i) Variation by more than 2% in the prescribed slope of camber/cross fall (ii) Edge drop at shoulders exceeding 40 mm (iii) Variation by more than 15% in the prescribed side (embankment) slopes (iv) Rain cuts/gullies in slope (v) Damage to or silting of culverts and side drains during and immediately preceding the rainy season (vi) Desilting of drains in urban/semi-urban areas (c) Road side furniture including road signs and pavement marking
Draft Concession Agreement

- 30 days - 7 days - 15 days - 15 days 6 hours - 30 days - 7 days - 30 days - 7 days - 7 days - 48 hours

109

Request For Proposal Document Public Works Department, Government of Uttarakhand

Damage to shape or position; poor visibility or loss of retro-reflectivity (d) Street lighting and telecom (ATMS) (i) Any major failure of the system (ii) Faults and minor failures (e) Trees and plantation (i) Obstruction in a minimum head-room of 5 m above carriageway or obstruction in visibility of road signs (ii) Deterioration in health of trees and bushes (iii) Replacement of trees and bushes (iv) Removal of vegetation affecting sight line and road structures (f ) Rest areas (i) Cleaning of toilets (ii) Defects in electrical, water and sanitary installations (g) Toll plaza[s] (i) Failure of toll collection equipment or lighting ii) Damage to toll plaza (h) Other Project Facilities and Approach roads (i) Damage or deterioration in Approach Roads, [pedestrian facilities,cattle crossings, Traffic Aid Posts, Medical Aid Posts and other works] BRIDGES (a) Superstructure of bridges (i) Cracks Temporary measures Permanent measures (ii) Spalling/scaling (b) Foundations of bridges (i) Scouring and/or cavitation (c) Piers, abutments, return walls and wing walls of bridges (i) Cracks and damages including settlement and tilting (d) Bearings (metallic) of bridges (i) Deformation (e) Joints in bridges (i) Loosening and malfunctioning of joints (f) Other items relating to bridges (i) Deforming of pads in elastomeric bearings (ii) Gathering of dirt in bearings and joints; or clogging of spouts, weep holes and vent-holes (iii) Damage or deterioration in parapets and handrails

- 48 hours - 24 hours - 8 hours - 24 hours - Timely watering and Treatment - 90 days - 15 days - Every 4 hours - 24 hours - 8 hours - 7 days - 15 days

within 48 hours within 30 days - 15 days - 15 days

- 30 days - 15 days - 15 days - 7 days - 3 days - 3 days

Draft Concession Agreement

110

Request For Proposal Document Public Works Department, Government of Uttarakhand

(iv) Rain-cuts or erosion of banks of the side slopes of approaches (v) Damage to wearing coat (vi) Damage or deterioration in approach slabs, pitching, apron, toes, floor or guide bunds (vii) Growth of vegetation affecting the structure or obstructing the waterway

- 7 days - 15 days - 15 days - 15 days

Draft Concession Agreement

111

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE P : SAFETY STANDARDS

1 Guiding principles 1.1. Safety Requirements aim at reduction in injuries, loss of life and damage to the properties resulting from accidents on the Project, irrespective of the person(s) at fault. 1.2. Users of the Project include motorised and non-motorised vehicles as well as pedestrians and animals involved in, or associated with accidents. Vulnerable Road Users (VRU) include pedestrians as well as riders of motorised two-wheelers, bicycles and other vehicles which do not provide adequate occupant protection. 1.3. Safety Requirements apply to all phases of construction, operation and maintenance with emphasis on identification of factors associated with accidents, consideration of the same, and implementation of appropriate remedial measures. 1.4. Safety Requirements include measures associated with traffic management and regulation such as road signs, pavement marking, traffic control devices, roadside furniture, bridge design elements, enforcement and emergency response. 2 Obligations of the Concessionaire The Concessionaire shall abide by the following as they relate to safety of the Users: a. Applicable Laws and Applicable Permits; b. Manual for Safety in Road and Bridge Design, issued by MOSRTH; c. relevant Standards/Guidelines of IRC relating to safety, road geometrics, bridges, culverts, road signs, pavement marking and roadside furniture; d. provisions of this Agreement; and e. Good Industry Practice. f. Appoint a safety officer to ensure all the safety measures are implemented by the concessionaire.

Draft Concession Agreement

112

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE Q : PROFORMA OF BANK GUARANTEE I (FOR IMPLEMENTATION PERIOD) (To be issued by a Scheduled Bank in India ) THIS DEED OF GUARANTEE executed on this the ---- day of ----- at -----by ------------------------------------------ (Name of the Bank) having its Head/Registered office at ------------------------------------------------------------------ hereinafter referred to as the Guarantor which expression shall unless it be repugnant to the subject or context thereof include successors and assigns; In favour of The Public Works Department, Government of Uttarakhand, represented by ___________________, hereinafter called PWD (which expression shall include its successors and assigns); WHEREAS A. By the Concession Agreement dated ------------------- entered into between PWD and M/s. XXXX Limited, a company incorporated under the Companies Act, 1956 having its registered office at ----------------------hereinafter called the Company, (the Concession Agreement) the Company has been granted the Concession to implement the project envisaging construction, operation and maintenance of ------------------ on build, operate and transfer basis. In terms of Article 3.1(a) of the Concession Agreement, the Company is required to furnish to PWD, an unconditional and irrevocable bank guarantee for an amount of Rs.------------ (Rupees ------------------- only) as security for due and punctual performance/discharge of its obligations under the Concession Agreement during the Implementation Period, substantially in the format annexed as Schedule Q to the Concession Agreement. At the request of the Company, the Guarantor has agreed to provide guarantee, being these presents guaranteeing the due and punctual performance/discharge by the Company of its obligations under the Concession Agreement during the Implementation Period. NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS : 1. 2. Capitalised terms used herein but not defined shall have the meaning assigned to them respectively in the Concession Agreement. The Guarantor hereby guarantees the due and punctual performance by the Company of all its obligations under the Concession Agreement during the Implementation Period.
Draft Concession Agreement 113

B.

C.

Request For Proposal Document Public Works Department, Government of Uttarakhand

3.

The Guarantor shall, without demur, pay to PWD sums not exceeding in aggregate Rs.------------- (Rupees ------------------- only), within five (5) days of receipt of a written demand therefor from PWD stating that the Company has failed to meet its performance obligations under the Concession Agreement during the Implementation Period. The Guarantor shall have no obligation to go into the veracity of any demand so made by PWD and shall pay the amount specified in the demand notwithstanding any direction to the contrary given or any dispute whatsoever raised by the Company or any other Person. In order to give effect to this Guarantee PWD shall be entitled to treat the Guarantor as the principal debtor. The obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Concession Agreement or other documents or by the extension of time for performance granted to the Company or postponement/non exercise/ delayed exercise of any of its rights by PWD or any indulgence shown by PWD to the Concessionaire and the Guarantor shall not be relieved from its obligations under this Guarantee on account of any such variation, extension, postponement, non exercise, delayed exercise of any of its rights by PWD or any indulgence shown by PWD provided nothing contained herein shall enlarge the Guarantors obligation hereunder. This Guarantee shall be irrevocable and shall remain in full force and effect until discharge by the Guarantor of all its obligations hereunder. This Guarantee shall not be affected by any change in the constitution or winding up of the Company/the Guarantor or any absorption, merger or amalgamation of the Company/the Guarantor with any other Person. The Guarantor has power to issue this guarantee and discharge the obligations contemplated herein, and the undersigned is duly authorised to execute this Guarantee pursuant to the power granted under ______________. IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS HEREUNTO ON THE DAY, MONTH AND YEAR FIRST HEREINABOVE WRITTEN. SIGNED AND DELIVERED by ------------ Bank by the hand of Shri ------------------------its -------------- and authorised official.

4.

5. 6.

7.

Draft Concession Agreement

114

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE R : PROFORMA OF BANK GUARANTEE II (FOR OPERATIONS PERIOD) (To be issued by a Scheduled Bank in India ) THIS DEED OF GUARANTEE executed on this the ------- day of --- at ----by ------------------------------------------ (Name of the Bank) having its Head/Registered office at ------------------------------------------------------------------ hereinafter referred to as the Guarantor which expression shall unless it be repugnant to the subject or context thereof include its successors and assigns; In favour of The Public Works Department, Government of Uttarakhand, represented by ___________________, hereinafter called PWD (which expression shall include its successors and assigns); WHEREAS A. By the Concession Agreement dated ------------------- entered into between PWD and M/s. _______________ Limited, a company incorporated under the Companies Act, 1956 having its registered office at ----------------------- hereinafter called the Company, (the Concession Agreement) the Company has been granted the Concession to implement the project envisaging construction, operation and maintenance of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis. The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter. In terms of Article 3.1(a) of the Concession Agreement, the Company is required to furnish to PWD, an unconditional and irrevocable bank guarantee for an amount of Rs.------------ (Rupees ------------------- only) as security for due and punctual performance/discharge of its obligation under the Concession Agreement during the Operations Period substantially in the format annexed as Schedule R to the Concession Agreement. At the request of the Company, the Guarantor has agreed to provide guarantee, being these presents guaranteeing the due and punctual performance/discharge by the Company of its obligations under the Concession Agreement during the Operations Period. NOW THEREFORE THIS DEED WITNESSETH AS FOLLOWS :

B.

C.

Draft Concession Agreement

115

Request For Proposal Document Public Works Department, Government of Uttarakhand

1. 2.

Capitalised terms used herein but not defined shall have the meaning assigned to them respectively in the Concession Agreement. The Guarantor hereby guarantees the due and punctual performance by the Company of all its obligations under the Concession Agreement during the Operations Period. The Guarantor shall, without demur, pay to PWD sums not exceeding in aggregate Rs.------------- (Rupees ------------------- only), within five (5) days of receipt of a written demand therefor from PWD stating that the Company has failed to meet its performance obligations under the Concession Agreement during the Operations Period4. The Guarantor shall have no obligation to go into the veracity of any demand made by PWD and shall pay the amounts specified in the demand notwithstanding any direction to the contrary given or any dispute whatsoever raised by the Company or any other Person. In order to give effect to this Guarantee PWD shall be entitled to treat the Guarantor as the principal debtor. The obligations of the Guarantor shall not be affected by any variations in the terms and conditions of the Concession Agreement or other documents or by the extension of time for performance granted to the Company or postponement/non exercise/ delayed exercise of any of its rights by PWD or any indulgence shown by PWD to the Concessionaire and the Guarantor shall not be relieved from its obligations under this Guarantee on account of any such variation, extension, postponement, non exercise, delayed exercise of any of its rights by PWD or any indulgence shown by PWD provided nothing contained herein shall enlarge the Guarantors obligation hereunder. This Guarantee shall be irrevocable and shall remain in full force and effect until discharged by the Guarantor of all its obligations hereunder. This Guarantee shall not be affected by any change in the constitution or winding up of the Company/the Guarantor or any absorption, merger or amalgamation of the Company/the Guarantor with any other Person. The Guarantor has power to issue this guarantee and discharge the obligations contemplated herein, and the undersigned is duly authorised to execute this Guarantee pursuant to the power granted under ______________. IN WITNESS WHEREOF THE GUARANTOR HAS SET ITS HANDS HEREUNTO ON THE DAY, MONTH AND YEAR FIRST HEREINABOVE WRITTEN.

3.

4.

5. 6.

7.

Banks are unlikely to issue guarantee for the entire Operations Period in one stretch. Initially the guarantee may be issued for a period of 2-3 years. The Company shall have to keep the guarantee valid throughout the Operations Period by seeking extension from time to time.

Draft Concession Agreement

116

Request For Proposal Document Public Works Department, Government of Uttarakhand

SIGNED AND DELIVERED by ------------ Bank by the hand of Shri ------------------------its -------------- and authorised official.

Draft Concession Agreement

117

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE S : SUBSTITUTION AGREEMENT THIS SUBSTITUTION AGREEMENT is entered into on this the --------- day of ------------- (Month) ---- (Year) at ------------------------. AMONGST, The Public Works Department, Government of Uttarakhand, represented by ___________________, hereinafter called PWD (which expression shall unless repugnant to the context of meaning thereof include its successors and assigns); M/s. XXXX Limited, a company incorporated under the provisions of the Companies Act, 1956 and having its Registered Office at --------------------- hereinafter referred to as the Concessionaire (which expression shall unless repugnant to the context or meaning thereof include its successors and assigns), AND YYYY (Financial Institution/ Bank) having its Registered 0ffice/Head Office at ----------------------------------------------- hereinafter referred to as the Lender. OR ZZZZ (Financial Institution/Bank) having its Registered Office/Head Office at------------------------------------------------ acting for and on behalf of the Lenders listed in Schedule I hereto (hereinafter referred as the Lenders Representative . WHEREAS, A. PWD is keen to implement a project envisaging construction, operation and maintenance of Bridge across Kosi River, at Ramnagar, Nainital on Build, Operate and Transfer (BOT) Annuity basis (more particularly described in Schedule A and hereinafter referred to as the Project) with private sector participation. The length of the proposed bridge is 360 meters approx with 410 meter of connecting road and covering of canal approximate length of 217 meter & minor bridges (4 nos.) of approximate length of 88 meter; By the Concession Agreement dated ------------ entered into between PWD and the Concessionaire (hereinafter referred to as the Concession Agreement) the Concessionaire has been granted the Concession to implement the Project on BOT Annuity basis;

B.

Draft Concession Agreement

118

Request For Proposal Document Public Works Department, Government of Uttarakhand

C.

With a view to facilitate financing of the Project by the Concessionaire, in pursuance of Article 11.1 of the Concession Agreement, PWD and the Concessionaire have agreed to enter into Substitution Agreement being these presents with the Lender/s/Lenders Representative. As a condition to making any disbursement pursuant to the Financing Documents, the Lender(s) has/ have required that the Substitution Agreement being these presents be entered into, and PWD and the Concessaionaire have agreed to the same NOW, THEREFORE, THIS AGREEMENT WITNESSETH AS FOLLOWS : ARTICLE 1 DEFINITIONS AND INTERPRETATION 1.1 Definitions

D.

In this Agreement the following words and expressions shall, unless repugnant to the context or meaning thereof, have the meaning hereafter respectively assigned to them. Agreement means this agreement and includes any amendment or modifaction made to this agreement in accordance with the provisions hereof. Financial Assistance means the financial assistance setforth in Schedule I hereto, agreed to be provided by the Lender(s) to the Concessionaire for financing the the Project. Lender(s) means the financial institutions/banks whose name(s) and addresses are set out in Schedule I hereto. Residual Concession Period means the period which shall be be aggregate remainder of the Concession Period as the Suspension Period. Selectee means a Person proposed by the Lender/Lenders Representative pursuant to this Agreement and approved by PWD for substituting the Concessionaire for the residual Concession Period, in accordance with the provisions of this Agreement. Suspension Period means the period commencing from the expiry of the Cure Period specified in the Preliminary Notice and ending on the date on which all formalities connected with substitution of the Concessionaire by the Selectee including handing over of Project Site/Project Facility, in accordance with this Agreement are completed and the substitution has become effective.

Draft Concession Agreement

119

Request For Proposal Document Public Works Department, Government of Uttarakhand

1.2

Capitalised terms used in this Agreement but not defined shall have the meaning assigned to them respectively in the Concession Agreement. ARTICLE 2 SUBSTITUTION OF THE CONCESSIONAIRE BY THE SELECTEE

2.1

Lenders right to Substitute PWD and the Concessionaire hereby irrevocably agree that upon occurance of an Concessionaire Event of Default, the Lender(s) shall, without prejudice to any other rights or remedies available to them under law/Financing Documents and without being required to exercise or exhaust such rights or remedies, have the right to seek substitution of the Concessionaire by Selectee for the residual Concession under the Concession Agreement in accordance with the provisions of this Agreement. Provided upon substitution the Selectee shall be entitled to the extension of the remainder of the Concession Period by the Suspension Period. 2.2 Preliminary Notice of Termination

PWD shall as soon as possible but in any case not later than 15 days of its knowledge of the occurance of the Concessionaire Event of Default issue Preliminary Notice of Termination to the Concessionaire in terms of Article 17.2(a) of the Concession Agreement, with a copy thereof simultaneously to the Lenders. Provided if the Concessionaire Event of Default is the one set out in Article 17.1(a)(9) of the Concession Agreement, the PWD shall not be obliged to issue Preliminary Termination Notice until receipt by PWD of the recall notice issued by the Lender(s) to the Concessionaire 2.3 Suspension of Concession and Takeover of the Project Facility The Concessionaire irrevocably agrees that if the Cure Period specified in the Preliminary Notice of Termination lapses without the Concessionaire Event of Default having been cured, the Concession shall effective from the expiry of such Cure Period stand suspended without any further notice or other act of PWD being required, and that PWD shall have the right to enter upon and takeover the Project Site/Project Facility and to take all such steps as are necessary for the continued operation and maintenance of the Project Facility, levy, collection and appropriation of Fee subject to servicing the Debt Due as per the Financing Documents, and the substitution of the Concessionaire by the Selectee in accordance with this Agreement. The Concessionaire hereby irrevocably consents to the takeover of the Project Facility/ Project Site by PWD forthwith upon suspension becoming effective.

Draft Concession Agreement

120

Request For Proposal Document Public Works Department, Government of Uttarakhand

2.4

Substitution Notice PWD and the Concessionaire hereby irrevocably agree that in the event of the Concessionaires failure to cure the Event of Default specified in the Preliminary Notice of Termination.The Lender/Lenders Representative may, within 30 (thirty) days of the expiry of the Cure Period specified therein notify PWD and the Concessionaire about the intention of the Lender(s) to seek substitution of the Concessionaire by the Selectee for the Residual Concession (the Substitution Notice).

2.5

Criteria for selection of the Selectee. The Lender/ Lenders Representative shall in addition to any other criteria that it may deem fit and necessary, apply the following criteria in the selection of the Selectee:

(i)

the Selectee shall possess the networth, experience, technical capability and managerial ability to perform and discharge all the residual duties, obligations and liabilities of the Concessionaire in respect of the Concession, under the Concession Agreement; the Selectee shall have the capability and shall unconditionally consent to assume the liability for the payment and discharge of dues, if any, of the Concessionaire to PWD under and in accordance with the Concession Agreements and also payment of Debt Due to the Lender(s) upon terms and conditions as agreed to between the Selectee and the Lenders. ARTICLE 3 MODALITY FOR SUBSTITUTION

(ii)

3.1

Modalities for Substitution. The following modalities shall be followed for substitution of the Concessionaire by the Selectee pursuant to this Agreement:

(i)

The Lender(s)/Lenders Representative shall be entitled, within a period of 120 (one hundred twenty) days from the date of delivery of the Substitution Notice pursuant to the preceding Article 2.2 to invite or procure offers either through private negotiations or public auction or process of tender or otherwise from the eligible Persons, for the substitution of the Concessionaire by the Selectee and propose to PWD for its approval the Selectee (the Proposal). The Proposal of the Lender/Lenders Representative shall contain the particulars and information in respect of the Selectee, the terms of Substitution, particulars of the Debt Due and such data and information as would be necessary and relevant for PWD to decide as to the acceptability of the Selectee. The Lender/ Lenders Representative shall provide to PWD such additional information and clarification in respect of any data,
Draft Concession Agreement 121

Request For Proposal Document Public Works Department, Government of Uttarakhand

particulars or information contained in the Proposal, as PWD may promptly and reasonably require. (ii) The Proposal shall be accompanied by an unconditional undertaking of the Selectee to the effect that it shall upon acceptance by PWD of the Proposal observe, comply with, perform and fulfill the residual terms, conditions and covenants of the Concession Agreement as if the Selectee had been the Concessionaire under the Concession Agreement and to assume, discharge and pay the Debt Due on the terms and conditions agreed to by the Selectee with the Lenders. The Selectee shall also undetake to enter into such documents and writings with PWD and the Lender(s) as may be necessary or required to give effect to the substitution of the Concessionaire by the Selectee. PWD shall convey to the Lender/ Lenders Representative its acceptance or otherwise of the Selectee within 30(thirty) days of (a) the date of receipt of the Proposal by PWD, or (b) the date of receipt of the additional information and clarifications in respect of any data, particulars or information comprised in the Proposal, provided by the Lender/Lenders Representative to the PWD, whichever is later. At any time prior to the acceptance of the Selectee by PWD pursuant to this Agreement, PWD may require the Lender/Lenders Representative to satisfy it as to the eligibility of the Selectee and the decision of PWD as to acceptance or rejection of any Selectee ( which shall be reasonable), shall be final, conclusive and binding on the Lender(s), the Selectee and the Concessionaire. In the event that PWD fails to communicate its acceptance or otherwise or the objections if any it has to the acceptance of the Proposal/ the Selectee within a period of 30 days prescribed in preceding sub-article (iii), PWD shall be deemed to have accepted the Proposal/ the Selectee The rejection of the Selectee if made by PWD shall be reasoned and be made after hearing the Lender/Lenders Representative. Following the rejection of the Proposal, the Lender/Lenders Representative shall have the right to submit a fresh Proposal, proposing another Selectee, within 30 days of receipt of communication regarding rejection of the Selectee previously proposed. The provisions of preceding sub-article (iii) and (iv) shall apply mutatis mutandis to such fresh Proposal. If PWD accepts the Proposal/fresh Proposal, PWD shall take all necessary steps to substitute the Concessionaire by the Selectee by amendment of the Concession Agreement or by execution of fresh agreement or such other writing as may be required or necessary to give effect to the substitution of the Concessionaire by the Selectee for the Residual Concession Period. The substitution of the Concessionaire by the Selectee shall be deemed to be complete upon the Selectee executing all necessary documents and
Draft Concession Agreement 122

(iii)

(iv)

(v)

(vi)

(vii)

Request For Proposal Document Public Works Department, Government of Uttarakhand

writings with or in favour of PWD and the Lender(s) so as to give full effect to the terms and conditions of substitution subject to which the Selectee has been accepted by the Lender(s) and PWD and upon the delivery by PWD of the Project Assets to the Selectee. Upon the substitution becoming effective pursuant to this sub-article all the rights of the Concessionaire under the Concession Agreement shall cease to exist. Provided nothing contained in this sub-article shall prejudice any pending/subsisting claims of the Concessionaire against PWD or any claim of PWD against the Concessionaire and the Selectee shall incur no liability or consequence on account of any previous breach/default and shall subject to the terms and conditions of the substitution, have a period of 90 days to cure any breach/default subsisting on the date of subsitution and required to be cured. (viii) The decision of the Lenders and PWD in the selection of the Selectee shall be final and binding on the Concessionaire and shall be deemed to have been made with the concurrence of the Concessionaire. The Concessionaire hereby expressly waives all rights to object to or challenge such selection of the Selectee on any ground whatsoever. Termination and Termination Payment. Where the Lender/Lenders Representative (on behalf of all the Lenders) communicates in writing that (i) the Lender/ Lenders Representative does not intend to seek substitution of the Concessionaire, or (ii) that the Lender/Lenders Representative has not been able to find suitable Selectee or (iii) that PWD has declined to accept the Selectee proposed by the Lender/Lenders Representative, PWD shall proceed to terminate the Concession and to make Termination Payment, in accordance with the provisions of the Concession Agreement. Notwithstanding anything contained hereinabove, PWD shall not upon Termination of the Concession Agreement, be required to take over, the Debt Due save and except to the extent of Termination Payment due and payable under the Concession Agreement. In such an event the PWDs obligation shall be limited to assumption of such liabilities and payments of Debt Due as PWD has agreed to bear under the Concession Agreement. Nothing contained in these presents shall mean or be interpreted as provision of any guarantee or surety by PWD and it is expressly agreed that PWD has not provided any surety, guarantee or counter guarantee whether directly or indirectly for the recovery of amounts advanced by the Lenders to the Concessionaire.

3.2 (i)

(ii)

(iii)

Draft Concession Agreement

123

Request For Proposal Document Public Works Department, Government of Uttarakhand

ARTICLE 4 MODE OF TERMINATION PAYMENTS 4.1 (i) Mode of Payment PWD and Concessionaire hereby irrevocably agree, and confirm that so long as the Debt Due is outstanding the Termination Payment and any other amounts due and payable by PWD to the Concessionaire under any of the provisions of the Concession Agreement shall be paid only by way of credit directly to a bank account designated therefor by the Lender(s)/Lenders Representative and advised to PWD and the Concessionaire in writing. The Lender(s) shall be entitled to receive and appropriate the same without any further reference to or consent of the Concessionaire towards the satisfaction of the Debt Due, subject to payment by the Lender(s) of the surplus amount if any remaining after satisfaction of the Debt Due, to the Concessionaire. Any payment so made shall to the extent of such payment constitute a valid discharge to PWD of its obligations with regard to the Termination Payment and of any other monies due to the Concessionaire under the Concession Agreement. For the purpose of giving full effect to the provisions contained in the preceding sub-article (i), the Lender(s)/the Lenders Representative shall be entitled to make a demand for payment of the Termination Payment if the Concessionaire has failed to make such demand as required under Article 17.4 of the Concession Agreement within 15 days from the Termination Date under intimation to the Lender(s)/Lenders Representative. The Concessionaire hereby irrevocably appoints and constitutes the Lender(s)/Lenders Representative as its agent to make such demand for Termination Payment. Any demand made by the Lender(s)/Lenders Representative pursuant to the power and authority conferred hereby shall for the purpose of the Article 17.4 of the Concession Agreement be deemed to be a demand for Termination Payment made by the Concessionaire. ARTICLE 5 GENERAL 5.1 (i) General The Parties hereto expressly represent and warrant that they are duly empowered to sign and execute this Agreement and the Lenders Representative is duly and fully authorised by each of the Lenders to enter into this Agreement on their behalf.

(ii)

(iv)

Draft Concession Agreement

124

Request For Proposal Document Public Works Department, Government of Uttarakhand

(ii)

Notices under this Agreement shall be sent to the Addresses first hereinabove mentioned. Any change in the address of any Party shall be duly notified by a Registered post acknowledgement due and delivered to the other parties. The expressions PWD, the Concessionaire, the Lender and the Lenders Representative herein used shall unless there be anything repugnant to the subject or context include the respective successors, legal representatives, administrators and permitted assigns. This Agreement shall not be affected by reorganisation of any Lender, the Concessionaire or PWD and the successor in interest of the Lender or PWD shall have the benefit of this Agreement. Any dispute, difference or claim arising out of or in connection with or in relation to this Agreement which is not resolved amicably shall be decided finally by arbitration by a Board of Arbitrators comprising of a nominee of each party to the dispute. Such arbitration shall be held in accordance with the Rules of Arbitration of the Indian Council of Arbitration and shall be subject to the provisions of the Arbitration and Conciliation Act, 1996. The arbitrators shall issue a reasoned award. The venue of such arbitration shall be Nainital, India. The Award shall be final and binding on the Parties. The Parties agree and undertake to carry out the award of the arbitrators (the Award) without delay. This Agreement and rights and obligations of the Parties shall remain in full force and effect pending the Award in any arbitration proceeding hereunder. The Courts in Nainital alone shall have jurisdiction over all matters arising out of or relating to the arbitration agreement contained herein or proceedings arising out of or relating to the arbitration proceedings thereunder. The consultation, recommendation or approval of the Lenders Representative under this Agreement shall always be taken as consultation, recommendation or approval of every concerned Lender and each such Lender shall be bound by the same.

(iii)

(iv)

(v)

(vi)

(vii)

(viii) This Agreement shall be in addition to and shall not be in derogation of the terms of the Financing Documents. (ix) It shall not be necessary for the Lender(s) or the Lenders Representative to enforce or exhaust any other remedy available to them before invoking the provisions of this Agreement. No amendment, variation or modification to this Agreement shall be valid and effectual unless made in writing and executed by the duly authorised representatives of all the Parties hereto.

(x)

Draft Concession Agreement

125

Request For Proposal Document Public Works Department, Government of Uttarakhand

(xi)

All stamp duties or other imposts and charges as are applicable on this Agreement or on amendment of the Concession Agreement or execution of fresh Concession Agreement for the purpose of substitution as aforesaid shall be borne by and be to the account of the Concessionaire. In the event of the Lenders making such payment for the time being, it shall be deemed to be a part of the Debt Dues. The Parties hereby expressly agree that for the purpose of giving full and proper effect to this Agreement, the Concession Agreement and this Agreement shall be read together an construed harmoniously. The terms of this Agreement shall prevail in the event of any inconsistency with the Concession Agreement.

(xii)

Draft Concession Agreement

126

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE I PARTICULARS OF FINANCIAL ASSISTANCE. Name and Address of the Lender Nature and Amount of Financing Assistance

IN WITNESS WHEREOF THE PARTIES HERETO HAVE SET THEIR HANDS HEREUNTO ON THE DAY, MONTH AND YEAR HEREINABOVE MENTIONED. SIGNED AND DELIVERED ON BEHALF OF ----------------------------------------------LIMITED BY : _______________________________ Name : Title : SIGNED AND DELIVERED ON BEHALF OF Government of Uttarakhand BY : _______________________________ Name : Title : SIGNED AND DELIVERED ON BEHALF OF ---------------------------- ON BEHALF OF THE LENDERS SETFORTH IN SCHEDULE I BY : _______________________________ Name :

Draft Concession Agreement

127

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE T : MEMORANDUM OF UNDERSTANDING Where the Project is being implemented by a Consortium, the Memorandum of Understanding or the Joint Bidding Agreement entered into them for the purpose of implementing the Project may be appended.

Draft Concession Agreement

128

Request For Proposal Document Public Works Department, Government of Uttarakhand

SCHEDULE U : ANNUITY PAYMENTS Sr.No. Annuity Payment Date Annuity Amount Annuity Amount Rs. in Figures 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Note: Based on the Bid submitted by the Bidder / Concessionaire Rs. in Words

Draft Concession Agreement

129

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Car / jeep / van Private Time Interval 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 14 46 41 58 77 41 44 30 39 44 34 31 16 27 19 14 9 4 2 5 4 7 8 7 621 Jeep / Taxi Govt 2 1 1 4 0 1 0 5 1 2 1 0 1 1 0 0 1 1 0 0 2 1 1 1 27 Auto 2 Rickshaw Wheeler 2 5 3 2 6 3 3 4 2 3 6 2 2 0 1 0 0 0 0 0 1 1 3 2 51 30 53 107 129 121 86 82 74 71 63 40 17 8 11 7 4 6 0 1 0 2 0 12 17 941 Mini Bus 4 5 5 1 6 2 5 4 5 4 2 1 0 0 0 0 0 0 0 1 0 0 0 1 46 Bus LCV 2axle 3axle MAV Tractor Truck Truck 1 2 3 2 4 1 1 0 0 2 2 0 1 1 2 0 0 0 0 0 1 1 1 0 25 1 0 0 0 1 0 0 0 0 1 3 1 0 0 1 0 1 0 0 0 0 1 0 0 10 0 0 0 0 0 0 0 2 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 3 2 2 2 0 1 0 1 0 0 0 2 1 0 0 0 0 0 0 0 0 0 0 0 1 12 Tractor Trailor 0 1 1 0 3 2 4 2 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 16 Cycle Cycle rickshaw 6 2 4 8 3 0 6 1 4 0 0 0 0 0 0 0 0 0 0 0 2 0 5 3 44 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Hand Cart 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 MT 61 118 172 205 225 142 144 128 131 124 95 57 28 40 30 18 18 5 3 9 11 11 30 38 1843 Date Day 29-Nov-09 Sunday

Vehicles NMT 6 2 4 8 3 0 6 1 4 1 0 0 0 0 0 0 0 0 0 0 2 0 5 3 45 Total 67 120 176 213 228 142 150 129 135 125 95 57 28 40 30 18 18 5 3 9 13 11 35 41 1888 MT 62.3 116.8 162.1 182.8 217.8 134.7 141.3 127.5 131.1 117.7 100.8 58.4 27.6 38.5 32.1 17.0 18.9 5.0 2.8 12.2 13.1 13.6 31.6 41.8 1807.0

PCUs NMT 2.4 0.8 1.6 3.2 1.2 0.0 2.4 0.4 1.6 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.8 0.0 2.0 1.2 19.6 Total 64.7 117.6 163.7 186.0 219.0 134.7 143.7 127.9 132.7 119.7 100.8 58.4 27.6 38.5 32.1 17.0 18.9 5.0 2.8 12.2 13.9 13.6 33.6 43.0 1826.6

2 2 4 4 2 4 0 1 3 2 3 2 0 0 0 0 1 0 0 2 1 0 1 4 38

3 1 5 5 4 2 4 6 7 3 1 2 0 0 0 0 0 0 0 1 0 0 4 5 53

Annexure-Ia: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Jeep / Taxi Govt 1 0 0 1 0 2 5 3 4 3 0 0 0 0 0 1 0 0 0 1 0 0 0 1 22 Date Day 29-Nov-09 Sunday PCUs Total 48 107 130 181 137 185 153 155 151 145 106 71 43 19 16 14 8 4 8 8 15 18 19 31 1772 MT 43.7 97.3 136.5 169.6 125.5 167.7 142.6 141.2 142.1 142.6 101.7 69.8 46.0 18.5 15.8 15.4 8.3 5.6 10.6 8.7 15.8 25.6 19.5 34.1 1703.7 NMT 0.8 2.4 1.2 2.8 2.4 1.6 0.8 0.4 1.6 2.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 16.0 Total 44.5 99.7 137.7 172.4 127.9 169.3 143.4 141.6 143.7 144.6 101.7 69.8 46.0 18.5 15.8 15.4 8.3 5.6 10.6 8.7 15.8 25.6 19.5 34.1 1719.7

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 18 38 45 52 42 47 48 52 40 60 57 37 18 9 10 7 4 2 4 4 8 8 8 12 630

Auto 2 Rickshaw Wheeler 2 4 2 6 3 6 5 2 1 1 4 6 0 0 0 0 0 0 0 0 1 0 1 1 45 22 47 58 96 74 110 77 85 86 61 42 25 17 7 4 4 2 0 1 2 4 5 7 11 847

Mini Bus 0 4 2 3 1 4 8 4 4 2 0 1 0 0 0 0 0 0 0 0 0 0 0 0 33

Bus 1 0 4 4 2 3 0 1 2 6 2 0 1 0 0 0 0 1 0 0 1 0 0 3 31

LCV 1 5 6 7 6 5 5 4 4 2 0 1 2 2 1 0 2 1 0 0 1 1 1 2 59

2axle 3axle Truck Truck MAV Tractor 0 1 8 3 1 2 1 3 4 2 0 0 2 0 0 2 0 0 2 1 0 2 0 1 35 1 2 0 0 0 0 0 0 0 0 0 0 2 0 0 0 0 0 0 0 0 0 1 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 1 0 0 1 0 0 1 1 1 0 0 0 1 0 0 0 1 0 8

Tractor Trailor 0 0 2 2 2 1 1 0 2 2 1 1 0 0 0 0 0 0 0 0 0 2 0 0 16

Cycle Cycle rickshaw 2 6 3 7 6 4 2 1 4 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 40 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Hand Cart 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 MT 46 101 127 174 131 181 151 154 147 140 106 71 43 19 16 14 8 4 8 8 15 18 19 31 1732

Vehicles NMT 2 6 3 7 6 4 2 1 4 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 40

Annexure-Ia: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Jeep / Taxi Govt 0 0 3 1 10 1 3 1 1 0 0 3 1 1 0 1 0 0 1 1 0 1 0 0 29 Date Day 30-Nov-09 Monday

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 29 42 44 61 56 35 44 20 46 60 57 34 9 12 9 4 4 3 5 2 4 2 12 8 602

Auto 2 Rickshaw Wheeler 2 3 1 3 1 2 4 0 5 4 2 2 0 0 0 0 0 0 0 0 1 0 0 1 31 32 82 124 132 147 88 129 89 91 72 47 18 5 5 7 2 0 2 0 4 1 0 10 20 1107

Mini Bus 5 2 2 5 9 0 3 2 2 0 2 1 0 1 0 0 0 0 0 1 0 0 1 0 36

Bus 3 7 6 0 5 0 3 5 5 3 6 1 0 1 0 0 1 1 0 0 1 0 0 5 53

LCV 0 5 5 6 7 10 9 6 10 2 3 5 1 1 0 3 0 2 1 0 1 0 6 0 83

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 1 0 1 4 3 5 5 4 4 2 1 2 0 2 0 0 1 0 2 0 0 1 0 1 39 0 0 0 0 0 0 0 0 1 0 0 0 0 0 2 0 1 0 0 0 0 0 0 1 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 2 4 2 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 10 0 0 0 0 4 4 5 1 0 1 1 0 0 0 0 0 0 0 0 0 1 0 0 2 19 5 4 5 0 2 3 3 0 3 1 0 0 0 0 0 0 0 0 0 0 0 0 5 1 32 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5

Vehicles MT 72 142 188 216 244 145 205 129 165 144 119 66 16 23 18 10 7 8 9 8 9 4 29 38 2014 NMT Total 5 4 5 4 2 3 3 0 4 1 0 0 0 0 0 0 0 0 0 0 0 0 5 1 37 77 146 193 220 246 148 208 129 169 145 119 66 16 23 18 10 7 8 9 8 9 4 34 39 2051 MT 71.2 133.7 169.2 194.4 236.3 145.4 203.0 124.2 160.1 136.6 121.1 67.9 15.2 26.2 18.7 10.7 10.6 9.5 11.8 7.4 13.6 5.2 29.3 47.6 1968.5

PCUs NMT 2.0 1.6 2.0 8.0 0.8 1.2 1.2 0.0 3.2 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.4 22.8 Total 73.2 135.3 171.2 202.4 237.1 146.6 204.2 124.2 163.3 137.0 121.1 67.9 15.2 26.2 18.7 10.7 10.6 9.5 11.8 7.4 13.6 5.2 31.3 48.0 1991.3

Annexure-Ia: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Jeep / Taxi Govt 6 5 5 2 10 4 6 4 5 3 4 0 1 2 0 0 0 0 0 1 0 0 0 0 58 Date Day 30-Nov-09 Monday PCUs MT 94.5 148.1 155.2 162.6 213.2 183.1 162.3 207.2 206.8 176.4 120.4 48.7 30.8 26.3 6.7 9.9 6.4 4.8 5.2 11.7 20.9 6.8 34.6 42.7 2084.8 NMT 6.0 1.6 0.8 1.2 2.4 1.2 0.8 1.6 0.8 1.2 0.4 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.8 19.2 Total 100.5 149.7 156.0 163.8 215.6 184.3 163.1 208.8 207.6 177.6 120.8 49.1 30.8 26.3 6.7 9.9 6.4 4.8 5.2 11.7 20.9 6.8 34.6 43.5 2104.0

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 28 36 62 40 52 70 55 65 59 82 70 24 8 8 0 4 2 2 3 3 8 6 14 15 716

Auto 2 Rickshaw Wheeler 1 4 1 1 3 5 2 1 5 3 2 3 1 2 0 0 0 0 0 0 0 0 0 0 34 59 82 92 113 128 95 107 133 120 88 37 14 9 10 7 2 0 0 0 2 3 1 13 18 1133

Mini Bus 3 5 3 5 9 3 3 3 3 3 1 0 0 1 0 0 0 0 0 0 0 0 1 1 44

Bus 1 5 2 4 5 3 2 5 3 2 2 1 3 0 0 0 1 0 0 1 1 0 3 4 48

LCV 3 4 2 3 3 3 3 4 8 4 3 0 2 2 1 0 0 2 0 0 0 0 2 0 49

Hand Cycle Tractor 2axle 3axle Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 1 5 3 2 9 4 2 2 4 0 0 2 2 1 0 2 0 0 1 0 2 0 0 0 42 1 1 0 1 0 0 0 0 0 1 1 0 0 0 0 0 1 0 0 0 0 0 0 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 1 0 2 1 2 0 3 4 1 1 1 0 0 0 0 0 0 0 1 1 0 0 1 19 10 4 2 3 6 3 2 4 2 3 1 1 0 0 0 0 0 0 0 0 0 0 0 2 43 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1

Vehicles MT 103 148 170 173 220 189 181 220 211 188 121 45 26 26 8 8 4 4 4 8 15 7 33 39 2151 NMT Total 11 4 2 3 6 3 2 4 2 3 1 1 0 0 0 0 0 0 0 0 0 0 0 2 44 114 152 172 176 226 192 183 224 213 191 122 46 26 26 8 8 4 4 4 8 15 7 33 41 2195

Annexure-Ia: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Jeep / Taxi Govt 0 0 4 2 1 1 2 1 2 0 4 0 0 1 0 1 0 0 2 1 1 0 1 2 26 Date Day 1-Dec-09 Tuesday

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 21 33 46 49 50 36 24 47 34 55 37 39 26 7 6 4 8 5 3 6 12 4 3 6 561

Auto 2 Rickshaw Wheeler 3 1 0 1 4 2 1 0 4 4 0 2 0 1 0 0 0 0 0 0 2 1 2 0 28 30 99 125 126 111 99 63 84 101 86 36 23 8 3 4 2 0 0 1 3 5 2 12 10 1033

Mini Bus 5 3 5 2 2 1 2 1 2 4 4 1 0 0 0 0 0 0 0 1 1 0 0 1 35

Bus 6 3 8 1 5 3 7 6 2 0 5 0 1 0 0 1 0 0 0 2 0 0 1 5 56

LCV 3 8 9 11 9 6 9 10 8 2 2 3 1 1 0 1 2 2 1 0 2 0 6 1 97

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 2 6 1 2 4 2 2 2 5 9 2 1 1 0 0 2 0 0 1 2 0 1 0 1 46 0 0 0 1 0 0 1 2 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 2 1 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 2 9 4 2 0 3 4 1 3 4 1 1 0 1 0 0 0 0 0 0 0 0 2 0 0 0 26 7 8 8 6 2 5 3 2 3 4 0 0 0 0 0 0 0 0 0 0 2 0 3 0 53 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 1

Vehicles MT 74 155 201 200 191 151 114 157 160 161 91 70 37 13 10 11 10 7 8 15 25 8 25 28 1922 NMT Total 7 8 8 6 2 5 3 2 3 4 0 0 0 0 0 0 0 0 0 1 2 0 3 0 54 81 163 209 206 193 156 117 159 163 165 91 70 37 13 10 11 10 7 8 16 27 8 28 28 1976 MT 91.9 151.7 187.4 188.5 191.7 138.5 123.9 164.4 152.2 156.5 93.2 70.5 37.8 12.9 9.0 14.5 10.8 7.8 9.4 19.5 31.4 8.9 26.0 34.3 1932.2

PCUs NMT 2.8 3.2 3.2 2.4 0.8 2.0 1.2 0.8 1.2 1.6 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.8 0.0 1.2 0.0 23.2 Total 94.7 154.9 190.6 190.9 192.5 140.5 125.1 165.2 153.4 158.1 93.2 70.5 37.8 12.9 9.0 14.5 10.8 7.8 9.4 21.5 32.2 8.9 27.2 34.3 1955.4

Annexure-Ia: Page 5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Jeep / Taxi Govt 7 3 0 6 3 4 3 3 8 1 1 4 0 0 1 0 0 0 0 1 2 2 1 2 52 Date Day 1-Dec-09 Tuesday PCUs MT 96.3 122.4 169.5 120.1 154.6 161.7 160.4 164.9 188.6 179.9 91.9 56.4 55.8 16.3 12.7 10.2 16.6 10.8 8.6 13.7 14.6 27.4 42.0 33.4 1928.6 NMT 4.4 1.6 0.8 3.6 2.4 1.2 0.0 0.8 0.8 2.4 0.4 0.0 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.8 2.4 22.0 Total 100.7 124.0 170.3 123.7 157.0 162.9 160.4 165.7 189.4 182.3 92.3 56.4 56.2 16.3 12.7 10.2 16.6 10.8 8.6 13.7 14.6 27.4 42.8 35.8 1950.6

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 19 39 53 32 51 48 58 45 57 67 44 20 21 2 4 3 2 4 2 4 6 9 16 10 616

Auto 2 Rickshaw Wheeler 0 1 2 2 5 1 1 6 2 3 0 3 2 0 1 0 0 0 0 0 0 2 0 2 33 71 69 98 66 84 87 92 98 108 91 34 24 12 6 2 0 0 0 0 2 4 8 13 12 981

Mini Bus 2 3 1 4 2 1 2 6 3 1 0 0 0 0 0 0 0 0 0 0 1 1 0 3 30

Bus 1 4 1 0 5 4 2 2 5 5 3 0 3 0 1 0 1 0 0 1 0 2 2 2 44

LCV 7 4 3 4 7 3 4 5 3 2 3 3 1 0 2 2 0 2 0 2 0 0 2 0 59

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 1 4 4 4 3 4 2 2 4 4 3 3 7 2 0 1 2 0 1 0 1 1 0 0 53 0 0 0 1 0 0 0 0 0 3 0 0 0 0 0 1 0 0 2 1 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 1 0 0 0 1 0 0 0 0 0 0 0 0 0 1 4 0 0 6 2 0 5 3 3 3 2 1 0 0 1 0 0 2 1 0 0 0 0 2 0 31 11 4 2 9 6 3 0 2 2 6 1 0 1 0 0 0 0 0 0 0 0 0 2 6 55 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Vehicles MT 108 127 168 121 161 157 167 170 193 180 89 57 46 12 11 7 7 7 5 11 14 25 36 32 1911 NMT Total 11 4 2 9 6 3 0 2 2 6 1 0 1 0 0 0 0 0 0 0 0 0 2 6 55 119 131 170 130 167 160 167 172 195 186 90 57 47 12 11 7 7 7 5 11 14 25 38 38 1966

Annexure-Ia: Page 6

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Jeep / Taxi Govt 1 3 7 3 6 3 5 5 1 2 2 0 1 0 0 1 0 2 1 1 2 1 1 2 50 Date Day 2-Dec-09 Wednesday

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 14 17 39 36 79 45 37 40 30 44 33 18 12 7 4 5 2 2 1 3 5 2 1 2 478

Auto 2 Rickshaw Wheeler 3 2 2 1 3 3 2 0 3 2 3 1 1 0 0 0 0 0 0 0 1 0 2 3 32 41 56 105 95 121 93 72 92 83 76 42 23 7 3 1 0 1 0 0 1 3 3 6 7 931

Mini Bus 2 1 4 3 4 0 3 2 3 5 2 0 0 0 0 0 0 0 2 0 3 0 1 1 36

Bus 7 4 9 2 7 5 4 5 3 2 6 3 0 0 0 1 0 1 0 1 0 0 0 4 64

LCV 1 1 0 0 0 9 4 2 3 8 7 7 0 2 0 1 1 0 2 1 4 0 4 3 60

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 4 3 3 2 3 6 5 7 0 4 3 3 1 0 0 2 1 1 0 3 0 0 0 0 51 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 1 3 2 4 3 0 4 2 2 3 2 1 2 1 0 0 0 0 0 0 0 0 0 0 0 0 26 10 4 9 3 3 6 5 2 2 1 0 0 0 0 0 0 0 0 0 0 4 0 2 1 52 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Vehicles MT 75 91 172 143 227 166 134 156 128 145 100 56 22 12 5 10 5 6 6 10 18 6 15 23 1731 NMT Total 10 4 9 3 3 6 5 2 2 1 0 0 0 0 0 0 0 0 0 0 4 0 2 1 52 85 95 181 146 230 172 139 158 130 146 100 56 22 12 5 10 5 6 6 10 22 6 17 24 1783 MT 85.8 98.6 171.2 125.9 223.0 166.2 136.0 158.0 119.9 142.2 110.5 63.5 21.7 12.1 4.8 14.0 6.4 8.4 7.6 15.0 20.3 5.3 15.9 28.7 1760.3

PCUs NMT 4.0 1.6 3.6 1.2 1.2 2.4 2.0 0.8 0.8 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.6 0.0 0.8 0.4 20.8 Total 89.8 100.2 174.8 127.1 224.2 168.6 138.0 158.8 120.7 142.6 110.5 63.5 21.7 12.1 4.8 14.0 6.4 8.4 7.6 15.0 21.9 5.3 16.7 29.1 1781.1

Annexure-Ia: Page 7

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Jeep / Taxi Govt 4 3 3 1 1 4 4 3 0 2 3 1 0 0 0 0 0 0 0 0 0 0 0 1 30 Date Day 2-Dec-09 Wednesday PCUs MT 116.1 186.0 160.0 177.8 127.1 142.3 150.1 192.7 167.5 136.2 63.3 42.5 14.8 4.2 10.9 10.2 11.8 8.0 4.2 4.8 11.7 9.9 24.6 42.4 1818.9 NMT 4.0 1.2 1.6 2.4 0.4 2.4 0.8 2.4 1.2 0.0 2.0 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 5.2 24.0 Total 120.1 187.2 161.6 180.2 127.5 144.7 150.9 195.1 168.7 136.2 65.3 42.9 14.8 4.2 10.9 10.2 11.8 8.0 4.2 4.8 11.7 9.9 24.6 47.6 1842.9

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 32 42 50 57 45 31 35 49 65 45 26 19 3 2 1 3 2 0 2 2 3 3 6 9 532

2 Auto Rickshaw Wheeler 1 3 2 2 6 1 1 3 2 2 4 1 0 0 0 0 0 0 0 0 0 0 0 0 28 66 108 80 97 71 90 79 74 98 80 30 14 5 1 2 0 0 0 0 0 2 2 4 16 919

Mini Bus 5 6 4 4 3 4 5 10 3 1 0 0 0 0 0 0 0 0 0 0 2 0 2 1 50

Bus 2 3 2 2 1 3 4 5 4 3 0 1 0 0 0 1 0 0 0 0 0 0 1 4 36

LCV 4 10 14 14 7 10 10 5 5 3 4 3 1 1 0 2 1 1 0 2 0 1 0 0 98

Hand Cycle Tractor 2axle 3axle Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 2 4 5 5 2 2 7 8 3 3 0 1 3 0 2 1 2 1 1 0 2 0 3 1 58 0 3 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 2 0 0 0 0 0 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 2 2 3 1 1 0 2 1 8 0 2 0 0 0 0 1 0 1 0 0 0 0 1 1 2 26 10 3 4 6 1 6 2 6 3 0 5 1 0 0 0 0 0 0 0 0 0 0 0 13 60 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Vehicles MT 118 185 161 183 136 147 147 165 180 141 68 41 12 4 6 7 6 4 3 4 9 7 17 34 1785 NMT Total 10 3 4 6 1 6 2 6 3 0 5 1 0 0 0 0 0 0 0 0 0 0 0 13 60 128 188 165 189 137 153 149 171 183 141 73 42 12 4 6 7 6 4 3 4 9 7 17 47 1845

Annexure-Ia: Page 8

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Jeep / Taxi Govt 3 3 7 4 3 6 7 9 10 4 8 4 0 0 0 1 0 0 1 0 3 1 3 0 77 Date Day 3-Dec-09 Thursday

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 12 25 45 57 37 41 46 38 39 42 45 46 12 22 6 4 2 0 1 3 4 2 4 11 544

Auto 2 Rickshaw Wheeler 0 1 3 1 1 0 2 4 4 12 4 1 1 0 0 0 0 0 0 0 0 0 0 0 34 19 56 97 118 110 86 68 88 85 68 50 24 5 6 1 2 0 1 0 2 5 3 5 10 909

Mini Bus 3 5 5 5 1 2 2 4 5 2 5 3 0 0 0 0 0 0 0 0 0 0 0 2 44

Bus 4 1 5 3 5 3 3 5 1 2 1 3 0 1 0 0 0 0 2 0 0 1 0 3 43

LCV 0 1 6 8 3 4 5 2 5 4 0 2 2 3 1 1 0 2 0 1 2 1 0 1 54

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 0 1 0 6 3 0 3 0 0 1 3 9 4 2 1 0 0 0 1 0 0 0 1 0 35 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 2 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 4 1 1 0 4 2 2 0 0 0 3 1 0 0 0 1 0 0 0 0 0 0 0 0 0 15 11 6 0 5 9 4 0 0 0 2 2 0 0 2 0 0 0 0 0 0 1 0 0 2 44 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3

Vehicles MT 42 95 170 206 165 144 136 150 149 138 118 92 24 34 11 8 2 3 5 6 14 8 13 27 1760 NMT Total 11 6 3 5 9 4 0 0 0 2 2 0 0 2 0 0 0 0 0 0 1 0 0 2 47 53 101 173 211 174 148 136 150 149 140 120 92 24 36 11 8 2 3 5 6 15 8 13 29 1807 MT 46.3 89.4 157.6 204.7 154.9 134.5 129.4 137.2 133.8 138.4 117.3 102.6 28.6 37.3 15.8 7.9 2.0 3.6 8.6 5.9 13.6 8.9 13.0 29.3 1720.2

PCUs NMT 4.4 2.4 6.0 2.0 3.6 1.6 0.0 0.0 0.0 0.8 0.8 0.0 0.0 0.8 0.0 0.0 0.0 0.0 0.0 0.0 0.4 0.0 0.0 0.8 23.6 Total 50.7 91.8 163.6 206.7 158.5 136.1 129.4 137.2 133.8 139.2 118.1 102.6 28.6 38.1 15.8 7.9 2.0 3.6 8.6 5.9 14.0 8.9 13.0 30.1 1743.8

Annexure-Ia: Page 9

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Jeep / Taxi Govt 2 6 8 10 6 2 4 4 3 6 1 1 2 0 0 0 0 0 0 0 0 2 0 0 57 Date Day 3-Dec-09 Thursday PCUs MT 85.8 166.6 120.0 165.9 139.9 126.4 128.7 112.1 124.4 159.5 145.9 98.7 75.9 30.4 6.9 5.2 6.4 2.4 5.6 13.8 15.1 18.2 23.0 35.0 1811.2 NMT 4.0 2.0 1.2 2.4 4.0 2.0 0.4 0.4 0.8 2.0 3.2 0.4 0.0 0.8 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.8 1.2 0.0 25.6 Total 89.8 168.6 121.2 168.3 143.9 128.4 129.1 112.5 125.2 161.5 149.1 99.1 75.9 31.2 6.9 5.2 6.4 2.4 5.6 13.8 15.1 19.0 24.2 35.0 1836.8

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 23 40 42 53 38 31 42 27 49 59 64 53 40 6 2 3 2 1 2 4 7 8 12 12 620

Auto 2 Rickshaw Wheeler 0 1 3 0 2 4 2 2 2 3 8 2 1 0 1 0 0 0 0 0 0 0 0 0 31 41 101 61 95 87 77 66 62 64 63 30 35 34 9 2 0 0 0 0 0 3 5 8 17 860

Mini Bus 2 2 3 6 1 2 4 3 1 3 2 0 0 0 0 0 0 0 0 1 0 0 0 1 31

Bus 2 9 1 3 3 4 2 5 3 4 4 1 0 2 1 0 0 0 0 0 2 2 1 3 52

LCV 4 4 7 3 5 3 6 2 4 1 5 2 0 0 0 0 0 1 1 0 1 0 2 0 51

Hand Cycle Tractor 2axle 3axle Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 5 7 2 5 6 5 2 1 2 6 7 5 2 6 0 1 2 0 1 2 0 0 0 1 68 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 2 0 2 0 0 0 0 0 0 0 0 0 0 0 5 1 0 0 0 0 1 2 3 1 4 3 0 0 0 0 0 0 0 0 1 0 0 0 0 16 10 5 3 6 10 5 1 1 2 5 8 1 0 2 0 0 0 0 0 0 0 2 3 0 64 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Vehicles MT 81 170 127 176 148 129 130 109 129 149 126 99 81 23 6 4 4 2 4 8 13 17 23 34 1792 NMT Total 10 5 3 6 10 5 1 1 2 5 8 1 0 2 0 0 0 0 0 0 0 2 3 0 64 91 175 130 182 158 134 131 110 131 154 134 100 81 25 6 4 4 2 4 8 13 19 26 34 1856

Annexure-Ia: Page 10

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Jeep / Taxi Govt 1 5 6 12 13 3 4 5 5 3 6 2 4 0 2 0 3 1 0 2 0 3 5 6 91 Date Day 4-Dec-09 Friday

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 13 27 27 50 53 64 36 43 35 35 34 17 18 3 2 7 3 0 2 4 3 5 7 8 496

Auto 2 Rickshaw Wheeler 0 0 1 1 1 1 3 1 1 3 2 1 1 1 0 0 0 0 0 0 1 0 1 2 21 19 79 92 112 97 69 62 74 79 66 64 24 8 5 3 6 2 0 0 3 3 8 12 23 910

Mini Bus 4 3 5 6 4 1 3 3 3 4 1 3 1 2 0 0 0 0 0 1 2 1 2 3 52

Bus 3 4 7 4 1 2 4 6 2 2 3 2 1 0 1 1 0 0 1 0 1 0 0 3 48

LCV 0 3 1 3 2 2 4 2 1 0 1 0 2 0 1 0 1 2 1 0 3 2 0 2 33

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 0 4 2 0 5 0 3 4 6 4 4 2 0 0 1 0 2 1 0 0 2 0 3 3 46 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 1 2 0 0 1 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 9 2 1 0 0 2 2 2 1 0 0 1 0 0 0 0 0 0 0 0 0 1 0 0 1 13 3 12 6 4 4 0 6 2 4 5 0 1 0 0 0 0 0 0 0 0 4 2 4 1 58 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Vehicles MT 42 126 144 189 180 144 122 140 133 117 116 51 35 11 10 14 11 4 4 10 16 19 30 52 1720 NMT Total 3 12 6 4 4 0 6 2 4 5 0 1 0 0 0 0 0 0 0 0 4 2 4 1 58 45 138 150 193 184 144 128 142 137 122 116 52 35 11 10 14 11 4 4 10 20 21 34 53 1778 MT 48.5 121.3 135.6 170.0 172.4 136.6 125.5 139.1 125.1 109.9 112.6 51.2 35.6 10.8 12.1 13.7 13.3 6.0 5.6 9.7 24.1 18.2 31.6 59.3 1687.3

PCUs NMT 1.2 4.8 2.4 1.6 1.6 0.0 2.4 0.8 1.6 2.0 0.0 0.4 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 1.6 0.8 1.6 0.4 23.2 Total 49.7 126.1 138.0 171.6 174.0 136.6 127.9 139.9 126.7 111.9 112.6 51.6 35.6 10.8 12.1 13.7 13.3 6.0 5.6 9.7 25.7 19.0 33.2 59.7 1710.5

Annexure-Ia: Page 11

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Jeep / Taxi Govt 1 4 8 1 6 3 6 8 6 4 2 2 3 2 0 0 0 0 0 1 2 1 0 0 60 Date Day 4-Dec-09 Friday PCUs MT 75.9 144.5 138.2 120.2 148.8 134.1 147.9 142.4 168.2 98.8 106.6 79.2 76.0 50.5 45.8 25.6 20.5 11.6 11.8 11.4 25.3 23.9 37.3 36.9 1881.0 NMT 1.6 1.6 0.8 1.6 3.2 0.0 2.4 2.0 2.0 2.4 1.2 2.0 1.2 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.8 1.2 1.6 4.8 30.4 Total 77.5 146.1 139.0 121.8 152.0 134.1 150.3 144.4 170.2 101.2 107.8 81.2 77.2 50.5 45.8 25.6 20.5 11.6 11.8 11.4 26.1 25.1 38.9 41.7 1911.4

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 29 37 39 35 52 53 47 39 65 26 38 32 28 22 19 8 9 3 3 1 7 11 16 14 633

Auto 2 Rickshaw Wheeler 0 2 1 1 0 0 2 2 1 3 3 1 2 0 1 0 0 0 0 0 0 0 0 0 19 38 82 69 77 85 62 79 88 84 64 44 36 33 18 12 5 2 0 0 0 2 7 11 14 912

Mini Bus 2 5 3 4 1 3 5 4 1 1 1 0 0 1 0 0 0 0 0 0 0 0 0 1 32

Bus 3 6 1 1 4 2 3 3 6 4 1 2 2 1 0 0 0 0 0 1 2 3 2 3 50

LCV 1 6 4 3 1 1 1 3 4 5 5 3 2 2 3 2 4 3 0 2 3 0 3 0 61

Hand Cycle Tractor 2axle 3axle Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 3 5 3 6 7 8 1 3 3 0 7 2 3 3 2 4 2 2 4 2 1 0 2 2 75 0 0 1 0 0 0 0 0 1 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 4 0 0 1 4 1 1 0 1 1 1 0 2 0 0 0 0 0 1 0 0 0 17 4 4 2 4 8 0 6 5 5 6 3 5 3 0 0 0 0 0 0 0 2 3 4 2 66 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 2

Vehicles MT 77 147 134 128 156 133 148 151 172 107 102 79 74 49 39 20 17 8 7 7 18 22 34 34 1863 NMT Total 4 4 2 4 8 0 6 5 5 6 3 5 3 0 0 0 0 0 0 0 2 3 4 4 68 81 151 136 132 164 133 154 156 177 113 105 84 77 49 39 20 17 8 7 7 20 25 38 38 1931

Annexure-Ia: Page 12

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Jeep / Taxi Govt 5 3 6 11 9 4 8 5 10 5 7 2 0 0 1 3 0 0 0 2 2 2 1 4 90 Date Day 5-Dec-09 Saturday

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 14 23 32 48 54 38 44 37 42 31 39 31 14 7 4 3 5 1 3 2 2 4 4 9 491

Auto 2 Rickshaw Wheeler 0 0 2 0 1 2 1 4 1 2 3 1 0 0 1 0 0 0 0 1 1 0 2 0 22 21 87 104 117 103 54 76 87 83 72 46 21 9 4 1 3 0 3 0 0 2 6 9 24 932

Mini Bus 2 4 2 7 3 2 3 5 3 2 2 3 2 0 0 0 0 0 0 1 1 2 0 1 45

Bus 3 2 3 4 2 2 2 4 0 1 2 1 3 0 0 1 2 0 0 2 1 1 1 0 37

LCV 0 2 4 5 3 6 4 3 2 1 0 2 1 0 2 3 0 2 1 4 1 2 4 1 53

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 4 2 5 1 2 3 2 0 5 4 2 5 3 0 0 0 2 1 0 2 1 1 2 1 48 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 1 0 0 0 0 2 0 0 0 0 0 0 0 0 0 0 0 0 2 0 6 1 0 1 2 0 2 3 0 1 1 1 0 0 0 0 0 0 0 0 0 0 0 0 0 12 9 5 12 3 6 5 7 4 3 3 2 0 0 0 0 0 0 0 0 0 2 0 0 5 66 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 0 3

Vehicles MT 50 123 159 196 178 113 143 145 147 121 102 66 32 11 9 13 9 7 4 14 11 18 25 40 1736 NMT Total 9 5 12 3 6 5 7 4 3 3 2 0 0 0 0 0 0 0 0 0 2 0 3 5 69 59 128 171 199 184 118 150 149 150 124 104 66 32 11 9 13 9 7 4 14 13 18 28 45 1805 MT 57.0 108.5 148.4 184.0 160.1 115.1 140.8 132.1 137.5 114.4 99.7 70.2 38.2 10.0 9.8 14.7 13.8 8.3 4.4 21.0 13.9 20.5 29.2 36.0 1687.0

PCUs NMT 3.6 2.0 4.8 1.2 2.4 2.0 2.8 1.6 1.2 1.2 0.8 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.8 0.0 6.0 2.0 32.4 Total 60.6 110.5 153.2 185.2 162.5 117.1 143.6 133.7 138.7 115.6 100.5 70.2 38.2 10.0 9.8 14.7 13.8 8.3 4.4 21.0 14.7 20.5 35.2 38.0 1719.4

Annexure-Ia: Page 13

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Jeep / Taxi Govt 0 4 4 8 4 5 3 7 2 4 3 7 5 0 0 0 0 0 0 2 0 0 0 0 58 Date Day 5-Dec-09 Saturday PCUs MT 77.2 154.8 115.4 155.1 130.8 108.2 134.4 123.4 118.2 133.8 100.7 112.9 100.1 32.1 18.1 14.7 9.6 7.8 4.4 10.8 17.5 23.8 31.0 37.6 1771.9 NMT 2.0 1.2 2.4 0.8 2.4 1.2 0.8 2.8 0.4 2.0 4.0 2.8 3.2 0.8 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.4 1.6 0.8 29.6 Total 79.2 156.0 117.8 155.9 133.2 109.4 135.2 126.2 118.6 135.8 104.7 115.7 103.3 32.9 18.1 14.7 9.6 7.8 4.4 10.8 17.5 24.2 32.6 38.4 1801.5

Car / jeep / Time Interval van Private 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total 27 48 42 64 52 34 47 39 44 53 44 52 48 7 4 2 3 2 0 3 4 8 11 17 655

Auto 2 Rickshaw Wheeler 0 2 3 1 0 2 0 2 0 2 2 3 1 0 0 0 0 0 0 0 0 0 0 0 18 33 97 57 79 68 68 73 69 77 64 42 31 39 11 10 2 0 0 0 0 2 4 13 12 851

1 1 1 2 0 2 3 1 2 3 1 2 1 1 0 0 0 0 0 0 1 0 0 1 1 23

Bus 3 6 4 7 4 2 4 6 1 3 2 5 2 3 1 0 0 0 0 2 1 2 1 2 61

LCV 2 3 5 2 3 2 6 2 1 4 3 1 3 1 0 2 0 1 0 0 1 0 0 1 43

Hand Cycle 2axle 3axle Tractor Truck Truck MAV Tractor Trailor Cycle rickshaw Cart 3 4 2 0 0 2 5 2 3 4 2 6 3 4 2 2 3 2 2 0 2 2 3 0 58 0 0 0 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 0 0 2 0 0 0 0 1 1 0 0 0 0 1 0 0 0 0 1 1 0 0 9 5 3 6 2 6 3 2 7 1 5 10 7 8 2 0 0 0 0 0 0 0 1 4 2 74 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0

Vehicles MT 71 165 119 163 135 118 139 129 131 136 101 106 102 26 17 9 6 5 2 8 11 17 29 35 1780 NMT Total 5 3 6 2 6 3 2 7 1 5 10 7 8 2 0 0 0 0 0 0 0 1 4 2 74 76 168 125 165 141 121 141 136 132 141 111 113 110 28 17 9 6 5 2 8 11 18 33 37 1854

Annexure-Ia: Page 14

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Average Daily Traffic
Location Direction CHECK POST BELGARH, RAMNAGAR HALDWANI TO RAMNAGAR Jeep / Taxi Govt 1.7 2.1 4.9 5.3 6.0 2.7 4.1 4.4 4.3 2.3 4.0 1.6 1.0 0.4 0.4 1.0 0.6 0.6 0.7 1.0 1.4 1.3 1.7 2.1 55.7 Date Day

Time Interval 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total

Car / jeep / van Private 16.7 30.4 39.1 51.3 58.0 42.9 39.3 36.4 37.9 44.4 39.9 30.9 15.3 12.1 7.1 5.9 4.7 2.1 2.4 3.6 4.9 3.7 5.6 7.3 541.9

Auto Rickshaw 1.4 1.7 1.7 1.3 2.4 1.9 2.3 1.9 2.9 4.3 2.9 1.4 0.7 0.3 0.3 0.0 0.0 0.0 0.0 0.1 1.0 0.3 1.4 1.1 31.3

2 Mini Wheeler Bus 27.4 73.1 107.7 118.4 115.7 82.1 78.9 84.0 84.7 71.9 46.4 21.4 7.1 5.3 3.4 2.7 1.3 0.9 0.3 1.9 3.0 3.1 9.4 15.9 966.1 3.6 3.3 4.0 4.1 4.1 1.1 3.0 3.0 3.3 3.0 2.6 1.7 0.4 0.4 0.0 0.0 0.0 0.0 0.3 0.7 1.0 0.4 0.6 1.3 42.0

Bus 4.0 3.3 6.0 2.6 3.9 2.7 3.3 4.6 2.3 1.7 3.7 1.7 0.7 0.3 0.1 0.6 0.6 0.3 0.4 1.0 0.6 0.3 0.4 3.4 48.4

LCV 1.0 3.0 4.3 5.4 4.0 5.6 5.6 4.4 5.1 2.9 2.0 3.0 1.0 1.0 0.6 1.3 0.6 1.4 0.9 1.0 1.9 0.7 3.4 1.9 61.9

2axle Truck 1.7 2.6 2.1 2.4 3.4 2.4 3.0 2.4 2.9 3.7 2.4 3.1 1.4 0.7 0.6 0.6 0.9 0.4 0.6 1.0 0.6 0.6 1.0 0.9 41.4

3axle Truck 0.1 0.0 0.0 0.1 0.1 0.0 0.3 0.3 0.3 0.1 0.6 0.1 0.0 0.0 0.4 0.0 0.3 0.0 0.0 0.0 0.0 0.1 0.0 0.1 3.1

Tractor MAV Tractor Trailor 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.4 0.3 0.6 1.7 1.3 1.0 0.0 0.1 0.3 0.1 0.4 0.4 0.1 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.7 7.6 1.4 1.3 0.7 1.3 2.7 2.1 2.7 1.6 1.0 1.0 0.9 0.3 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.6 0.0 0.0 0.4 18.1

Cycle Cycle 7.3 5.9 6.3 4.1 4.1 3.3 4.3 1.6 2.7 2.3 0.6 0.1 0.0 0.3 0.0 0.0 0.0 0.0 0.0 0.0 2.1 0.3 2.7 1.9 49.9 rickshaw 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0

Hand Cart 0.0 0.0 0.4 0.6 0.0 0.0 0.0 0.0 0.1 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.0 0.0 0.4 0.0 1.9 MT 59.4 121.4 172.3 193.6 201.4 143.6 142.6 143.6 144.7 135.7 105.9 65.4 27.7 20.6 13.3 12.0 8.9 5.7 5.6 10.3 14.9 10.6 23.9 35.1 1818.0

Vehicles NMT 7.3 5.9 6.7 4.7 4.1 3.3 4.3 1.6 2.9 2.4 0.6 0.1 0.0 0.3 0.0 0.0 0.0 0.0 0.0 0.1 2.1 0.3 3.1 1.9 51.7 Total 66.7 127.3 179.0 198.3 205.6 146.9 146.9 145.1 147.6 138.1 106.4 65.6 27.7 20.9 13.3 12.0 8.9 5.7 5.6 10.4 17.0 10.9 27.0 37.0 1869.7 MT 66.1 117.1 161.6 178.6 193.7 138.7 142.8 140.3 137.1 130.8 107.9 69.2 29.2 21.1 14.6 13.2 10.8 6.9 7.2 12.9 18.5 11.5 25.2 39.6 1794.6

PCUs NMT 2.9 2.3 3.4 2.8 1.7 1.3 1.7 0.6 1.4 1.2 0.2 0.1 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.3 0.9 0.1 1.9 0.7 23.7 Total 69.0 119.5 165.0 181.4 195.4 140.0 144.5 141.0 138.4 132.0 108.1 69.2 29.2 21.2 14.6 13.2 10.8 6.9 7.2 13.2 19.4 11.6 27.2 40.3 1818.3

Annexure-Ia: Page 15

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Average Daily Traffic
Location Direction CHECK POST BELGARH, RAMNAGAR RAMNAGAR TO HALDWANI Date Day

Time Interval 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total

Car / jeep / van Private 25.1 40.0 47.6 47.6 47.4 44.9 47.4 45.1 54.1 56.0 49.0 33.9 23.7 8.0 5.7 4.3 3.4 2.0 2.3 3.0 6.1 7.6 11.9 12.7 628.9

Jeep / Taxi Govt 3.0 3.6 4.0 4.1 4.3 3.4 4.4 4.6 4.0 3.3 2.0 2.1 1.6 0.6 0.1 0.1 0.0 0.0 0.0 0.9 0.6 0.7 0.1 0.6 48.1

Auto Rickshaw 0.6 2.4 2.0 1.9 2.7 2.7 1.9 2.6 1.9 2.4 3.3 2.7 1.0 0.3 0.4 0.0 0.0 0.0 0.0 0.0 0.1 0.3 0.1 0.4 29.7

2 Mini Wheeler Bus 47.1 83.7 73.6 89.0 85.3 84.1 81.9 87.0 91.0 73.0 37.0 25.6 21.3 8.9 5.6 1.9 0.6 0.0 0.1 0.9 2.9 4.6 9.9 14.3 929.0 2.1 3.7 2.6 3.7 2.7 2.9 4.0 4.6 2.6 1.7 0.9 0.3 0.1 0.3 0.0 0.0 0.0 0.0 0.0 0.3 0.4 0.1 0.6 1.1 34.7

Bus 1.9 4.7 2.1 3.0 3.4 3.0 2.4 3.9 3.4 3.9 2.0 1.4 1.6 0.9 0.4 0.1 0.3 0.1 0.0 0.7 1.0 1.3 1.4 3.0 46.0

LCV 3.1 5.1 5.9 5.1 4.6 3.9 5.0 3.6 4.1 3.0 3.3 1.9 1.6 1.1 1.0 1.1 1.0 1.6 0.1 0.9 0.9 0.3 1.4 0.4 60.0

2axle Truck 2.1 4.3 3.9 3.6 4.0 3.9 2.9 3.0 3.3 2.7 2.7 2.7 3.1 2.3 0.9 1.9 1.6 0.7 1.7 0.7 1.1 0.7 1.1 0.7 55.6

3axle Truck 0.4 0.9 0.1 0.6 0.0 0.0 0.0 0.0 0.1 0.6 0.1 0.1 0.3 0.0 0.0 0.3 0.1 0.3 0.3 0.1 0.0 0.0 0.1 0.3 4.9

Tractor MAV Tractor Trailor 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.1 0.1 0.1 0.4 0.0 0.0 0.4 0.4 0.0 0.4 0.3 0.1 0.0 0.0 0.0 0.1 0.0 0.0 0.0 0.1 0.1 3.1 0.7 0.6 1.9 1.0 0.7 1.7 1.6 2.6 1.6 1.7 1.1 0.4 0.1 0.1 0.4 0.1 0.4 0.1 0.0 0.3 0.4 0.6 0.4 0.4 19.1

Cycle Cycle 7.4 4.1 3.1 5.3 6.1 3.4 2.1 3.7 2.7 4.3 4.0 2.1 1.7 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.9 1.9 3.6 57.4 rickshaw 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0

Hand Cart 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.4 MT 86.3 149.0 143.7 159.7 155.3 150.6 151.9 156.9 166.1 148.7 101.9 71.1 54.9 22.7 14.7 9.9 7.4 4.9 4.7 7.7 13.6 16.1 27.3 34.1 1859.1

Vehicles NMT 7.6 4.1 3.1 5.3 6.1 3.4 2.1 3.7 2.7 4.3 4.0 2.1 1.7 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.9 1.9 3.9 57.9 Total 93.9 153.1 146.9 165.0 161.4 154.0 154.0 160.6 168.9 153.0 105.9 73.3 56.6 23.3 14.7 9.9 7.4 4.9 4.7 7.7 13.9 17.0 29.1 38.0 1917.0 MT 84.2 145.6 142.1 153.0 148.5 146.2 146.6 154.8 159.4 146.7 104.4 72.6 57.0 25.4 16.7 13.0 11.4 7.3 7.2 10.7 17.3 19.3 30.3 37.4 1857.1

PCUs NMT 3.3 1.7 1.3 2.1 2.5 1.4 0.9 1.5 1.1 1.7 1.6 0.9 0.7 0.2 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.3 0.7 2.0 23.8 Total 87.4 147.3 143.4 155.1 151.0 147.6 147.5 156.3 160.5 148.4 106.0 73.4 57.7 25.7 16.7 13.0 11.4 7.3 7.2 10.7 17.4 19.7 31.0 39.4 1881.0

Annexure-Ia: Page 16

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Average Daily Traffic
Location Direction CHECK POST BELGARH, RAMNAGAR Both Direction Date Day

Time Interval 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total

Car / jeep / van Private 41.9 70.4 86.7 98.9 105.4 87.7 86.7 81.6 92.0 100.4 88.9 64.7 39.0 20.1 12.9 10.1 8.1 4.1 4.7 6.6 11.0 11.3 17.4 20.0 1170.7

Jeep / Taxi Govt 4.7 5.7 8.9 9.4 10.3 6.1 8.6 9.0 8.3 5.6 6.0 3.7 2.6 1.0 0.6 1.1 0.6 0.6 0.7 1.9 2.0 2.0 1.9 2.7 103.9

Auto Rickshaw 2.0 4.1 3.7 3.1 5.1 4.6 4.1 4.4 4.7 6.7 6.1 4.1 1.7 0.6 0.7 0.0 0.0 0.0 0.0 0.1 1.1 0.6 1.6 1.6 61.0

Mini 2 Wheeler Bus 74.6 156.9 181.3 207.4 201.0 166.3 160.7 171.0 175.7 144.9 83.4 47.0 28.4 14.1 9.0 4.6 1.9 0.9 0.4 2.7 5.9 7.7 19.3 30.1 1895.1 5.7 7.0 6.6 7.9 6.9 4.0 7.0 7.6 5.9 4.7 3.4 2.0 0.6 0.7 0.0 0.0 0.0 0.0 0.3 1.0 1.4 0.6 1.1 2.4 76.7

Bus 5.9 8.0 8.1 5.6 7.3 5.7 5.7 8.4 5.7 5.6 5.7 3.1 2.3 1.1 0.6 0.7 0.9 0.4 0.4 1.7 1.6 1.6 1.9 6.4 94.4

LCV 4.1 8.1 10.1 10.6 8.6 9.4 10.6 8.0 9.3 5.9 5.3 4.9 2.6 2.1 1.6 2.4 1.6 3.0 1.0 1.9 2.7 1.0 4.9 2.3 121.9

2axle Truck 3.9 6.9 6.0 6.0 7.4 6.3 5.9 5.4 6.1 6.4 5.1 5.9 4.6 3.0 1.4 2.4 2.4 1.1 2.3 1.7 1.7 1.3 2.1 1.6 97.0

3axle Truck 0.6 0.9 0.1 0.7 0.1 0.0 0.3 0.3 0.4 0.7 0.7 0.3 0.3 0.0 0.4 0.3 0.4 0.3 0.3 0.1 0.0 0.1 0.1 0.4 8.0

Tractor MAV Tractor Trailor 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.4 0.3 0.6 1.9 1.4 1.1 0.1 0.6 0.3 0.1 0.9 0.9 0.1 0.4 0.3 0.3 0.0 0.0 0.0 0.1 0.0 0.0 0.0 0.4 0.9 10.7 2.1 1.9 2.6 2.3 3.4 3.9 4.3 4.1 2.6 2.7 2.0 0.7 0.1 0.1 0.6 0.1 0.4 0.1 0.0 0.3 1.0 0.6 0.4 0.9 37.3

Cycle Cycle 14.7 10.0 9.4 9.4 10.3 6.7 6.4 5.3 5.4 6.6 4.6 2.3 1.7 0.9 0.0 0.0 0.0 0.0 0.0 0.0 2.4 1.1 4.6 5.4 107.3 rickshaw 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0

Hand Cart 0.1 0.0 0.4 0.6 0.0 0.0 0.0 0.0 0.1 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.0 0.0 0.4 0.3 2.3 MT 145.7 270.4 316.0 353.3 356.7 294.1 294.4 300.4 310.9 284.4 207.7 136.6 82.6 43.3 28.0 21.9 16.3 10.6 10.3 18.0 28.4 26.7 51.1 69.3 3677.1

Vehicles NMT 14.9 10.0 9.9 10.0 10.3 6.7 6.4 5.3 5.6 6.7 4.6 2.3 1.7 0.9 0.0 0.0 0.0 0.0 0.0 0.1 2.4 1.1 5.0 5.7 109.6 Total 160.6 280.4 325.9 363.3 367.0 300.9 300.9 305.7 316.4 291.1 212.3 138.9 84.3 44.1 28.0 21.9 16.3 10.6 10.3 18.1 30.9 27.9 56.1 75.0 3786.7 MT 150.3 262.8 303.7 331.6 342.2 284.9 289.4 295.2 296.4 277.5 212.2 141.7 86.2 46.5 31.3 26.2 22.2 14.2 14.4 23.6 35.8 30.8 55.5 77.0 3651.7

PCUs NMT 6.2 4.0 4.6 4.9 4.1 2.7 2.6 2.1 2.5 2.9 1.8 0.9 0.7 0.3 0.0 0.0 0.0 0.0 0.0 0.3 1.0 0.5 2.7 2.7 47.5 Total 156.5 266.8 308.3 336.5 346.4 287.6 292.0 297.3 298.9 280.4 214.1 142.7 86.9 46.9 31.3 26.2 22.2 14.2 14.4 23.9 36.8 31.3 58.2 79.7 3699.2

Annexure-Ia: Page 17

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Annual Average Daily Traffic
Location CHECK POST BELGARH, RAMNAGAR Date: Day: Vehicles MT 59.4 121.4 172.3 193.6 201.4 143.6 142.6 143.6 144.7 135.7 105.9 65.4 27.7 20.6 13.3 12.0 8.9 5.7 5.6 10.3 14.9 10.6 23.9 35.1 1818.0 NMT 7.3 5.9 6.7 4.7 4.1 3.3 4.3 1.6 2.9 2.4 0.6 0.1 0.0 0.3 0.0 0.0 0.0 0.0 0.0 0.1 2.1 0.3 3.1 1.9 51.7 Total 66.7 127.3 179.0 198.3 205.6 146.9 146.9 145.1 147.6 138.1 106.4 65.6 27.7 20.9 13.3 12.0 8.9 5.7 5.6 10.4 17.0 10.9 27.0 37.0 1869.7 MT 66.1 117.1 161.6 178.6 193.7 138.7 142.8 140.3 137.1 130.8 107.9 69.2 29.2 21.1 14.6 13.2 10.8 6.9 7.2 12.9 18.5 11.5 25.2 39.6 1794.6 PCUs NMT 2.9 2.3 3.4 2.8 1.7 1.3 1.7 0.6 1.4 1.2 0.2 0.1 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.3 0.9 0.1 1.9 0.7 23.7 Total 69.0 119.5 165.0 181.4 195.4 140.0 144.5 141.0 138.4 132.0 108.1 69.2 29.2 21.2 14.6 13.2 10.8 6.9 7.2 13.2 19.4 11.6 27.2 40.3 1818.3 Direction HALDWANI TO RAMNAGAR

Time Interval 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total

Car/jeep/ Auto 2 Tempo van Rickshaw Wheeler 16.7 30.4 39.1 51.3 58.0 42.9 39.3 36.4 37.9 44.4 39.9 30.9 15.3 12.1 7.1 5.9 4.7 2.1 2.4 3.6 4.9 3.7 5.6 7.3 541.9 1.7 2.1 4.9 5.3 6.0 2.7 4.1 4.4 4.3 2.3 4.0 1.6 1.0 0.4 0.4 1.0 0.6 0.6 0.7 1.0 1.4 1.3 1.7 2.1 55.7 1.4 1.7 1.7 1.3 2.4 1.9 2.3 1.9 2.9 4.3 2.9 1.4 0.7 0.3 0.3 0.0 0.0 0.0 0.0 0.1 1.0 0.3 1.4 1.1 31.3 27.4 73.1 107.7 118.4 115.7 82.1 78.9 84.0 84.7 71.9 46.4 21.4 7.1 5.3 3.4 2.7 1.3 0.9 0.3 1.9 3.0 3.1 9.4 15.9 966.1

Mini Bus 3.6 3.3 4.0 4.1 4.1 1.1 3.0 3.0 3.3 3.0 2.6 1.7 0.4 0.4 0.0 0.0 0.0 0.0 0.3 0.7 1.0 0.4 0.6 1.3 42.0

Bus 4.0 3.3 6.0 2.6 3.9 2.7 3.3 4.6 2.3 1.7 3.7 1.7 0.7 0.3 0.1 0.6 0.6 0.3 0.4 1.0 0.6 0.3 0.4 3.4 48.4

LCV 1.0 3.0 4.3 5.4 4.0 5.6 5.6 4.4 5.1 2.9 2.0 3.0 1.0 1.0 0.6 1.3 0.6 1.4 0.9 1.0 1.9 0.7 3.4 1.9 61.9

2axle 3axle MAV Truck Truck 1.7 2.6 2.1 2.4 3.4 2.4 3.0 2.4 2.9 3.7 2.4 3.1 1.4 0.7 0.6 0.6 0.9 0.4 0.6 1.0 0.6 0.6 1.0 0.9 41.4 0.1 0.0 0.0 0.1 0.1 0.0 0.3 0.3 0.3 0.1 0.6 0.1 0.0 0.0 0.4 0.0 0.3 0.0 0.0 0.0 0.0 0.1 0.0 0.1 3.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.4

Tractor 0.3 0.6 1.7 1.3 1.0 0.0 0.1 0.3 0.1 0.4 0.4 0.1 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.7 7.6

Tractor Trailor 1.4 1.3 0.7 1.3 2.7 2.1 2.7 1.6 1.0 1.0 0.9 0.3 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.6 0.0 0.0 0.4 18.1

Cycle 7.3 5.9 6.3 4.1 4.1 3.3 4.3 1.6 2.7 2.3 0.6 0.1 0.0 0.3 0.0 0.0 0.0 0.0 0.0 0.0 2.1 0.3 2.7 1.9 49.9

Cycle Animal/H rickshaw and cart 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.4 0.6 0.0 0.0 0.0 0.0 0.1 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.0 0.0 0.4 0.0 1.9

Annexure-Ia: Page 18

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Annual Average Daily Traffic
Location CHECK POST BELGARH, RAMNAGAR Date: Day: Vehicles MT 86.3 149.0 143.7 159.7 155.3 150.6 151.9 156.9 166.1 148.7 101.9 71.1 54.9 22.7 14.7 9.9 7.4 4.9 4.7 7.7 13.6 16.1 27.3 34.1 1859.1 NMT 7.6 4.1 3.1 5.3 6.1 3.4 2.1 3.7 2.7 4.3 4.0 2.1 1.7 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.9 1.9 3.9 57.9 Total 93.9 153.1 146.9 165.0 161.4 154.0 154.0 160.6 168.9 153.0 105.9 73.3 56.6 23.3 14.7 9.9 7.4 4.9 4.7 7.7 13.9 17.0 29.1 38.0 1917.0 MT 84.2 145.6 142.1 153.0 148.5 146.2 146.6 154.8 159.4 146.7 104.4 72.6 57.0 25.4 16.7 13.0 11.4 7.3 7.2 10.7 17.3 19.3 30.3 37.4 1857.1 PCUs NMT 3.3 1.7 1.3 2.1 2.5 1.4 0.9 1.5 1.1 1.7 1.6 0.9 0.7 0.2 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.3 0.7 2.0 23.8 Total 87.4 147.3 143.4 155.1 151.0 147.6 147.5 156.3 160.5 148.4 106.0 73.4 57.7 25.7 16.7 13.0 11.4 7.3 7.2 10.7 17.4 19.7 31.0 39.4 1881.0 Direction RAMNAGAR TO HALDWANI

Time Interval 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total

2 Car/jeep/ Auto Tempo van Rickshaw Wheeler 25.1 40.0 47.6 47.6 47.4 44.9 47.4 45.1 54.1 56.0 49.0 33.9 23.7 8.0 5.7 4.3 3.4 2.0 2.3 3.0 6.1 7.6 11.9 12.7 628.9 3.0 3.6 4.0 4.1 4.3 3.4 4.4 4.6 4.0 3.3 2.0 2.1 1.6 0.6 0.1 0.1 0.0 0.0 0.0 0.9 0.6 0.7 0.1 0.6 48.1 0.6 2.4 2.0 1.9 2.7 2.7 1.9 2.6 1.9 2.4 3.3 2.7 1.0 0.3 0.4 0.0 0.0 0.0 0.0 0.0 0.1 0.3 0.1 0.4 29.7 47.1 83.7 73.6 89.0 85.3 84.1 81.9 87.0 91.0 73.0 37.0 25.6 21.3 8.9 5.6 1.9 0.6 0.0 0.1 0.9 2.9 4.6 9.9 14.3 929.0

Mini Bus 2.1 3.7 2.6 3.7 2.7 2.9 4.0 4.6 2.6 1.7 0.9 0.3 0.1 0.3 0.0 0.0 0.0 0.0 0.0 0.3 0.4 0.1 0.6 1.1 34.7

Bus 1.9 4.7 2.1 3.0 3.4 3.0 2.4 3.9 3.4 3.9 2.0 1.4 1.6 0.9 0.4 0.1 0.3 0.1 0.0 0.7 1.0 1.3 1.4 3.0 46.0

LCV 3.1 5.1 5.9 5.1 4.6 3.9 5.0 3.6 4.1 3.0 3.3 1.9 1.6 1.1 1.0 1.1 1.0 1.6 0.1 0.9 0.9 0.3 1.4 0.4 60.0

2axle 3axle MAV Truck Truck 2.1 4.3 3.9 3.6 4.0 3.9 2.9 3.0 3.3 2.7 2.7 2.7 3.1 2.3 0.9 1.9 1.6 0.7 1.7 0.7 1.1 0.7 1.1 0.7 55.6 0.4 0.9 0.1 0.6 0.0 0.0 0.0 0.0 0.1 0.6 0.1 0.1 0.3 0.0 0.0 0.3 0.1 0.3 0.3 0.1 0.0 0.0 0.1 0.3 4.9 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0

Tractor 0.0 0.0 0.1 0.1 0.1 0.1 0.4 0.0 0.0 0.4 0.4 0.0 0.4 0.3 0.1 0.0 0.0 0.0 0.1 0.0 0.0 0.0 0.1 0.1 3.1

Tractor Trailor 0.7 0.6 1.9 1.0 0.7 1.7 1.6 2.6 1.6 1.7 1.1 0.4 0.1 0.1 0.4 0.1 0.4 0.1 0.0 0.3 0.4 0.6 0.4 0.4 19.1

Cycle 7.4 4.1 3.1 5.3 6.1 3.4 2.1 3.7 2.7 4.3 4.0 2.1 1.7 0.6 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.9 1.9 3.6 57.4

Cycle Animal/H rickshaw and cart 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.4

Annexure-Ia: Page 19

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Annual Average Daily Traffic
Location CHECK POST BELGARH, RAMNAGAR Date: Day: Vehicles MT 145.7 270.4 316.0 353.3 356.7 294.1 294.4 300.4 310.9 284.4 207.7 136.6 82.6 43.3 28.0 21.9 16.3 10.6 10.3 18.0 28.4 26.7 51.1 69.3 3677.1 NMT 14.9 10.0 9.9 10.0 10.3 6.7 6.4 5.3 5.6 6.7 4.6 2.3 1.7 0.9 0.0 0.0 0.0 0.0 0.0 0.1 2.4 1.1 5.0 5.7 109.6 Total 160.6 280.4 325.9 363.3 367.0 300.9 300.9 305.7 316.4 291.1 212.3 138.9 84.3 44.1 28.0 21.9 16.3 10.6 10.3 18.1 30.9 27.9 56.1 75.0 3786.7 MT 150.3 262.8 303.7 331.6 342.2 284.9 289.4 295.2 296.4 277.5 212.2 141.7 86.2 46.5 31.3 26.2 22.2 14.2 14.4 23.6 35.8 30.8 55.5 77.0 3651.7 PCUs NMT 6.2 4.0 4.6 4.9 4.1 2.7 2.6 2.1 2.5 2.9 1.8 0.9 0.7 0.3 0.0 0.0 0.0 0.0 0.0 0.3 1.0 0.5 2.7 2.7 47.5 Total 156.5 266.8 308.3 336.5 346.4 287.6 292.0 297.3 298.9 280.4 214.1 142.7 86.9 46.9 31.3 26.2 22.2 14.2 14.4 23.9 36.8 31.3 58.2 79.7 3699.2 Direction Both Direction

Time Interval 8 to 9 9 to 10 10 to 11 11 to 12 12 to 13 13 to 14 14 to 15 15 to 16 16 to 17 17 to 18 18 to 19 19 to 20 20 to 21 21 to 22 22 to 23 23 to 24 24 to 1 1 to 2 2 to 3 3 to 4 4 to 5 5 to 6 6 to 7 7 to 8 Total

Car/jeep/ Auto 2 Tempo van Rickshaw Wheeler 41.9 70.4 86.7 98.9 105.4 87.7 86.7 81.6 92.0 100.4 88.9 64.7 39.0 20.1 12.9 10.1 8.1 4.1 4.7 6.6 11.0 11.3 17.4 20.0 1170.7 4.7 5.7 8.9 9.4 10.3 6.1 8.6 9.0 8.3 5.6 6.0 3.7 2.6 1.0 0.6 1.1 0.6 0.6 0.7 1.9 2.0 2.0 1.9 2.7 103.9 2.0 4.1 3.7 3.1 5.1 4.6 4.1 4.4 4.7 6.7 6.1 4.1 1.7 0.6 0.7 0.0 0.0 0.0 0.0 0.1 1.1 0.6 1.6 1.6 61.0 74.6 156.9 181.3 207.4 201.0 166.3 160.7 171.0 175.7 144.9 83.4 47.0 28.4 14.1 9.0 4.6 1.9 0.9 0.4 2.7 5.9 7.7 19.3 30.1 1895.1

Mini Bus 5.7 7.0 6.6 7.9 6.9 4.0 7.0 7.6 5.9 4.7 3.4 2.0 0.6 0.7 0.0 0.0 0.0 0.0 0.3 1.0 1.4 0.6 1.1 2.4 76.7

Bus 5.9 8.0 8.1 5.6 7.3 5.7 5.7 8.4 5.7 5.6 5.7 3.1 2.3 1.1 0.6 0.7 0.9 0.4 0.4 1.7 1.6 1.6 1.9 6.4 94.4

LCV 4.1 8.1 10.1 10.6 8.6 9.4 10.6 8.0 9.3 5.9 5.3 4.9 2.6 2.1 1.6 2.4 1.6 3.0 1.0 1.9 2.7 1.0 4.9 2.3 121.9

2axle 3axle MAV Truck Truck 3.9 6.9 6.0 6.0 7.4 6.3 5.9 5.4 6.1 6.4 5.1 5.9 4.6 3.0 1.4 2.4 2.4 1.1 2.3 1.7 1.7 1.3 2.1 1.6 97.0 0.6 0.9 0.1 0.7 0.1 0.0 0.3 0.3 0.4 0.7 0.7 0.3 0.3 0.0 0.4 0.3 0.4 0.3 0.3 0.1 0.0 0.1 0.1 0.4 8.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.3 0.0 0.0 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.4

Tractor 0.3 0.6 1.9 1.4 1.1 0.1 0.6 0.3 0.1 0.9 0.9 0.1 0.4 0.3 0.3 0.0 0.0 0.0 0.1 0.0 0.0 0.0 0.4 0.9 10.7

Tractor Trailor 2.1 1.9 2.6 2.3 3.4 3.9 4.3 4.1 2.6 2.7 2.0 0.7 0.1 0.1 0.6 0.1 0.4 0.1 0.0 0.3 1.0 0.6 0.4 0.9 37.3

Cycle 14.7 10.0 9.4 9.4 10.3 6.7 6.4 5.3 5.4 6.6 4.6 2.3 1.7 0.9 0.0 0.0 0.0 0.0 0.0 0.0 2.4 1.1 4.6 5.4 107.3

Cycle Animal/H rickshaw and cart 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.0 0.4 0.6 0.0 0.0 0.0 0.0 0.1 0.1 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.1 0.0 0.0 0.4 0.3 2.3

Annexure-Ia: Page 20

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ia

Traffic Survey For : Techno - Economic Study for Construction of Bridge across river Kosi at Ram Nagar Classified Traffic Volume Count Survey
Location CHECK POST BELGARH, RAMNAGAR Car / jeep / van 621 602 561 478 544 496 491 Direction HALDWANI TO RAMNAGAR

Date 29-Nov-09 30-Nov-09 1-Dec-09 2-Dec-09 3-Dec-09 4-Dec-09 5-Dec-09 Location

Day Sunday Monday Tuesday Wednesday Thursday Friday Saturday

Tempo 27 29 26 50 77 91 90

Auto 2 Wheeler Rickshaw 51 31 28 32 34 21 22 941 1107 1033 931 909 910 932

Mini Bus 46 36 35 36 44 52 45

Bus 38 53 56 64 43 48 37

LCV 53 83 97 60 54 33 53

2axle Truck 25 39 46 51 35 46 48

3axle Truck 10 5 5 0 1 1 0

MAV 3 0 0 0 0 0 0

Tractor 12 10 9 3 4 9 6

Tractor Trailor 16 19 26 26 15 13 12

Cycle 44 32 53 52 44 58 66

Cycle rickshaw 0 0 0 0 0 0 0

Animal / Hand cart 1 5 1 0 3 0 3

Vehicles MT 1843 2014 1922 1731 1760 1720 1736 1818 NMT 45 37 54 52 47 58 69 52 Total 1888 2051 1976 1783 1807 1778 1805 1870 MT 1807.0 1968.5 1932.2 1760.3 1720.2 1687.3 1687.0 1795

PCUs NMT 19.6 22.8 23.2 20.8 23.6 23.2 32.4 24 Total 1826.6 1991.3 1955.4 1781.1 1743.8 1710.5 1719.4 1818

CHECK POST BELGARH, RAMNAGAR Car / jeep / van 630 716 616 532 620 633 655

Direction RAMNAGAR TO HALDWANI

Date 29-Nov-09 30-Nov-09 1-Dec-09 2-Dec-09 3-Dec-09 4-Dec-09 5-Dec-09 Location

Day Sunday Monday Tuesday Wednesday Thursday Friday Saturday

Tempo 22 58 52 30 57 60 58

Auto 2 Wheeler Rickshaw 45 34 33 28 31 19 18 847 1133 981 919 860 912 851

Mini Bus 33 44 30 50 31 32 23

Bus 31 48 44 36 52 50 61

LCV 59 49 59 98 51 61 43

2axle Truck 35 42 53 58 68 75 58

3axle Truck 6 6 8 6 1 3 4

MAV 0 0 0 0 0 0 0

Tractor 8 2 4 2 5 1 0

Tractor Trailor 16 19 31 26 16 17 9

Cycle 40 43 55 60 64 66 74

Cycle rickshaw 0 0 0 0 0 0 0

Animal / Hand cart 0 1 0 0 0 2 0

Vehicles MT 1732 2151 1911 1785 1792 1863 1780 1859 NMT 40 44 55 60 64 68 74 58 Total 1772 2195 1966 1845 1856 1931 1854 1917 MT 1703.7 2084.8 1928.6 1818.9 1811.2 1881.0 1771.9 1857

PCUs NMT 16.0 19.2 22.0 24.0 25.6 30.4 29.6 24 Total 1719.7 2104.0 1950.6 1842.9 1836.8 1911.4 1801.5 1881

CHECK POST BELGARH, RAMNAGAR Car / jeep / van 1251 1318 1177 1010 1164 1129 1146

Direction Both

Date 29-Nov-09 30-Nov-09 1-Dec-09 2-Dec-09 3-Dec-09 4-Dec-09 5-Dec-09

Day Sunday Monday Tuesday Wednesday Thursday Friday Saturday

Tempo 49 87 78 80 134 151 148

Auto 2 Wheeler Rickshaw 96 65 61 60 65 40 40 1788 2240 2014 1850 1769 1822 1783

Mini Bus 79 80 65 86 75 84 68

Bus 69 101 100 100 95 98 98

LCV 112 132 156 158 105 94 96

2axle Truck 60 81 99 109 103 121 106

3axle Truck 16 11 13 6 2 4 4

MAV 3 0 0 0 0 0 0

Tractor 20 12 13 5 9 10 6

Tractor Trailor 32 38 57 52 31 30 21

Cycle 84 75 108 112 108 124 140

Cycle rickshaw 0 0 0 0 0 0 0

Animal / Hand cart 1 6 1 0 3 2 3

Vehicles MT 3575 4165 3833 3516 3552 3583 3516 3677 NMT 85 81 109 112 111 126 143 110 Total 3660 4246 3942 3628 3663 3709 3659 3787 MT 3510.6 4053.2 3860.7 3579.1 3531.4 3568.3 3458.9 3652

PCUs NMT 35.6 42 45.2 44.8 49.2 53.6 62 47 Total 3546.2 4095.2 3905.9 3623.9 3580.6 3621.9 3520.9 3699

Annexure-Ia: Page 21

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-Ib

Projected Tollable Traffic


Year 2010 2011 2012 2013 2014 2015 2016 2017 2018 2019 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 2035 MT 3516 3692 3876 4070 4274 4487 4712 4947 5195 5454 5727 6014 6314 6630 6961 7310 7675 8059 8462 8885 9329 9795 10285 10799 11339 11906 Vehicles NMT 112 114 117 119 121 124 126 129 131 134 137 139 142 145 148 151 154 157 160 163 166 170 173 177 180 184 Total 3628 3806 3993 4189 4395 4611 4838 5076 5326 5588 5864 6153 6456 6775 7109 7460 7829 8216 8622 9048 9495 9965 10458 10976 11520 12090 MT 3579 3758 3946 4143 4350 4568 4796 5036 5288 5552 5830 6121 6428 6749 7086 7441 7813 8203 8614 9044 9496 9971 10470 10993 11543 12120 PCUs NMT 45 46 47 48 48 49 50 51 52 54 55 56 57 58 59 60 62 63 64 65 67 68 69 71 72 73 Total 3624 3804 3993 4191 4399 4617 4847 5088 5340 5606 5885 6177 6484 6807 7145 7501 7874 8266 8678 9109 9563 10039 10539 11064 11615 12194

Annexure-Ib: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

REPORT ON SOIL INVESTIGATION WORK NEAR BARRAGE, RAM NAGAR, UTTARAKHAND 1.0 INTRODUCTION The PWD Uttarakhand has planned for feasibility study of the workTechno Economic Study for Construction of Bridge across river Kosi at Ramnagar. To assess the underlying subsoil strata, to evaluate the various requisite soil parameters and to determine the ground water conditions at site, for design of appropriate type of foundations for the proposed structure it was decided by the client for soil investigation work at site. This presented report is based on the results of drilling of two boreholes. The Report describes various activities executed at the site and also includes recommendations for safe bearing capacity along with the type of foundation.

2.0

BRIEF DESCRIPTION OF GEOLOGY AND TYPE OF STRUCTURE The site for proposed structure falls in hilly / Rolling terrain of Uttarakhand The expected structure is likely to come at this site i.e. across the river is a Prestressed Bridge.

3.0

SCOPE OF WORK The scope of geotechnical investigation included making Two nos. of bore holes of 100-150 mm dia in soil strata and in rocky/ boulder strata using rotary drilling machine with diamond drill bits up to 20.0m depth below existing ground surface. Conducting standard penetration tests in bore hole @ 1.5m interval in soil strata and @ 3.0m interval in rocky strata along with penetration of sampler or at every change of strata whichever occurs earlier. Collecting undisturbed & disturbed soil samples in soil strata at regular Intervals of 3.0m depth or at every change of strata whichever occurs earlier. If refusal occurred penetration of the sampler was also recorded.

Annexure-II Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

Following laboratory tests on selected soil samples/rock cores were also conducted. A. On soil samples a) b) c) d) e) f) B. a) b) c) d) e) Natural moisture content Dry density Particle size analysis Atterbergs limits Unconfined compression Test Direct shear test Dry density Natural moisture content Water absorption Specific Gravity Uniaxial compressive strength

On rock cores

Preparation & submission of the geotechnical investigation report in duplicate after summarizing all the field and laboratory tests is being done and recommendations regarding depth & type of foundations is also being made.

4.0

SITE EXPLORATION The required equipment and team were mobilized to the site for carrying out the required field work. The locations for bore holes and depths adopted were selected after consultation with the engineer in charge. Both the boreholes were drilled at the specified locations using rotary drilling machine with diamond drill bits. All locations are exhibited in site plan. The boreholes were terminated on meeting the specified depth. The standard penetration tests were conducted at 1.5m/3.0m intervals during the advancement of boreholes. For conducting SPT, IS Code: 2131-1981 / was followed. After reaching the required depth of

Annexure-II Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

test, the bottom of the bore hole was cleaned properly and spoon was properly and centrally seated in position in the borehole. Standard split spoon sampler attached to lower end of A drill rods was driven in the bore holes by means of standard hammer of 63.5kg.falling freely from a height of 75 cm. The sampler was driven 45 cm. and the number of blows required for each 15 cm. penetration were recorded. The number of blows for the first 15 cm. penetration was considered as seating drive. The number of blows for last 30 cm penetration were designated as SPT N value. SPT soil samples

obtained from standard split spoon sampler for all above standard penetration tests were collected in polythene bags, sealed, labeled and sent to the laboratory for testing. The rock cores were collected during drilling of the bore holes. The record of core recovery, observed RQD etc. were also prepared. All the rock cores were stored in suitably prepared wooden core boxes. The core boxes along with rock cores were transported to the laboratory for conduction of requisite tests.

The ground water was encountered, at 5.5m and 8.0m depths respectively below existing ground surface in the boreholes. The measured ground water level may fluctuate due to variation in climatic conditions, how ever for design purposes the ground water level may be considered at 3.0m below ground depth as the ground water level may rise in heavy rainy seasonetc.

5.0

LABORATORY TESTING The following laboratory tests was conducted on representative soil/ samples/ rock cores in the laboratory. A) On soil samples a) Particle size analysis b) Atterbergs limits c) Direct shear test as per IS:2720(pt-IV) as per IS:2720(pt-V) as per IS:2720(pt-XIII)

Annexure-II Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

B) On rock cores a) Dry density b) Natural moisture content c) Water absorption d) Specific gravity e) uniaxial compressive strength

Summary of Boreholes: Sl. No. 1. 2. Bore Hole No. BH-1 BH-2 Depth of Overburden soil 0.0 0.0 20.0 20.0 Total Depth (m) Depth of Ground Water Table (m) 5.5 8.0 343.146 346.833 Ground RL.

6.0

FINDINGS OF GEOTECHNICAL INVESTIGATION The classification of subsoil strata met at this site was done according to IS:1498-1970. From the bore logs enclosed with the report, the test results can be summarized as belowBH-1 : The subsoil strata from GL. to 1.5m depth consists of hard pebbles and cobbles with silty sand and below 1.5m depth the subsoil strata consists of hard sand stone boulders with silty sand up to the depth of exploration. BH-2: The subsoil strata from GL. to 20.0M depth consist of hard sand stone boulders with silty sand. Depth (m) from GL. 1.5 5.0 8.0 To 1.5 5.0 8.0 20.0 0.0 0.0 0.0 c Kg/cm 29 30 31 32 degree Effective density (under water) gm/cc 1.00 1.00 1.00 1.00

Annexure-II Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

Where C & Shear Parameters The depth wise lowest SPT values N (observed/corrected) at the site may be adopted from the following table Depth wise lowest observed/corrected SPT Values at the site Depth below existing ground level (m) 1.5 3.0 6.0 7.0 9.0 12.0 15.0 18.0 20.0 102 110 110 107 108 108 106 105 107 Lowest SPT Values Observed Corrected Nvalue (corrected for submerged condition 58.5 62.5 62.5 61.0 61.5 61.0 60.5 60 61

GROUND WATER The ground water was encountered, at 5.5m and 8.0m depths below existing ground surface in the boreholes. The measured ground water level may fluctuate due to variation in climatic conditions, how ever for design purposes the ground water level may be considered at level 3.0m below the ground level. Water level may rise in heavy rainy season or due to other unforeseen reasons.

7.0

PROPOSED DEPTH & TYPE OF FOUNDATIONS Depending upon the visual examination of existing subsoil strata, field and
Annexure-II Page 5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

laboratory test results and the type of structures proposed at this site, the safe Bearing capacity of sub-soil strata for circular well foundation has been analyzed.

The details of the proposed foundations are presented in the following paragraphs: a) Circular well foundation of 8.0m dia with base of foundation at 20.0m depth below existing bed level.

8.0

COMPUTATION OF SAFE /ALLOWABLE BEARING CAPACITY: Shear and settlement failure criteria as per IS: 6403- 1981 , IS : 8009 (partII)- 1976 and IS: 1904-1986 have been considered to compute the safe / Allowable bearing capacity of underlying soil strata.

The safe/allowable bearing capacity from both criteria is given as follows:-

8.1

SHEAR FAILURE CRITERION: The net safe bearing capacity of sub-soil strata has been computed using the following equation for calculating IS: 6403. Qnu = CNc scdcic + q (Nq1) sqdqiq + 1/2 rBNrsrdrirx W, The shear parameters are selected from table no.1 according to the depth of foundations. Where C, -cohesion, angle of friction at foundation level Shape factors have been taken as follows:Sc = 1.3 Sq = 1.2 and Sr = 0.6 for circular well dc = dq = dr = 1.0 . To be on safer side ic = iq = ir = 1.0 . For vertical loading In present case, w = 0.5 Factor of safety F.O.S= 3.5 the net ultimate bearing capacity as per

Annexure-II Page 6

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

8.2

SETTLEMENT FAILURE CRITERION: The settlement of cohesion less /less cohesive layers below the foundation level and up to the zone of Influence are computed by using the chart of settlement Vs SPT N given on page 17 of IS 8009, part-I and as per IS: 8009, part-II. For well foundation, the zone of influence below the foundation depth is considered equal to 2.0B, where B is the width/dia. of foundation. The following total permissible settlements have been considered for well foundation = 50mm

On the basis of field and laboratory test results and analysis in section 8.0, the values of gross safe bearing capacity obtained from shear failure criterion and gross allowable pressure intensity obtained from settlement failure criterion, are given in the following table

Depth of foundation below existing bed level (m) 20.0

Type of foundation (m)

Dia. of well(m)

Gross SBC in Shear (t/m2)

Gross Allowable Pressure intensity (t/m2) 98.1

Recommended gross SBC (t/m2)

Circular well

8.0

130.45

98.1

9.0

CONCLUSION WITH RECOMMENDATIONS: On the basis of above Geotechnical investigation it is recommended that well foundations of dia 8.0 m and depth of 20m with safe bearing capacity of 98.1 t/m2 should be adopted. However, if difference is noticed in reported soil strata and observed soil strata during excavation this should be brought into notice of soil consultanant for further suggestions.

Annexure-II Page 7

SOIL PROFILE
GROUND RL.

BORING DATE

346.833
GRAIN SIZE ANALYSIS (-) 4.75mm portion LIQUID LIMIT MOIST. CONT
CLAY %

BOREHOLE NO 2
PLASTIC LIMIT TEST TYPE DRY/BULK DENSITY SHEAR PARAMETER C kg/cm2

TERMINATION DEPTH 20.00

WATER TABLE (m) 8.00


SPECIFIC GRAVITY deg.

DEPTH DESCRIPTION OF SOIL


GRAVEL % % % SAND SILT

N VALUES % % gm/cc %

SAMPLE TYPE

IS classification ) 4.75mm portion

(-

Hard Pebbles and Cobbles with silty sand 63


37

Np

0.5

DS-1

105

1.5

SPT-1

Penetration = 5cm

2.5

DS-2

110 74
26

3.0 0

SPT-2 Np

108

6.0

SPT-3

Penetration = 4cm 7.0 DS-3 Hard Boulders with silty sand Np

103

9.0

SPT-4

108
81 19

Penetration = 3cm 12.0 SPT-5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Penetration = 2cm

15.0

SPT-6

109

18.0

SPT-7

Penetration = 2.5cm

112

20.0 SPT-8

Annexure-II Page 8

Penetration = 3cm

Annexure-II

SOIL PROFILE PR
GROUND RL. 346.833 BORING DATE 2
GRAIN SIZE ANALYSIS (-) 4.75mm portion MOIST. CONT
CLAY

BORING DATE
LIQUID LIMIT CLAY SPECIFIC GRAVITY

TERMINATION 20.00
SHEAR DRY/BUL PARAME K TER DENSITY

WATER TABLE (m) 8.00

N VALUES

IS classification m

SAMPLE TYPE

IS classification (-) 4.75mm portion


SAND
%

GRAIN SIZE ANALYSIS (-) 4.75mm portion SILT


% kg/cm % % % gm/cc
2

TEST TYPE

kg/cm2

deg.

0.5
60

DS-1

40

Np

105

1.5

SPT-1

Penetration = 3cm

2.5

DS-2

110 34

3.0

SPT-2 Np

108
66

6.0

SPT-3

Penetration = 4cm

7.0

DS-3

Hard Cobblesand boulders with silty sand

103

9.0

SPT-4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

108
SM 81 19

Penetration = 3cm 12.0

SPT-5

Penetration = 2cm
71 29

15.0

SPT-6

Np

109

18.0

SPT-7

Penetration = 1.5cm

112

20.0 SPT-8

Annexure-II Page 9

Annexure-II

Penetration = 2cm

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

NO. OF BLOWS

0 0 1 2 3 4 5 6 7 8 DEPTH IN M 9

10

20

30

40

50

60

70

80

90

100

110

120

10 11 12

13 14 15 16 17 18 19 20

BH-1 SPT CURVE

Annexure-II Page 10

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

NO. OF BLOWS

0 0 1 2 3 4 5 6 7 8 DEPTH IN M 9

10

20

30

40

50

60

70

80

90

100

110

120

10 11 12 13 14 15 16 17 18 19 20

BH 2 BH-2 SPT CURVE

Annexure-II Page 11

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

GRAIN SIZE ANALYSIS of - 4.75mm fraction

Bore Hole No. BH - 1

100.0 90.0 80.0 70.0 Percentage passing 60.0 50.0 40.0 30.0 20.0 10.0 0.0 0.001

0.01 0.1 1 Particle size (mm)

10

Symbol

Description of soil

Depth (m)
0.50 6.00 12.00

Gravel (%)

Sand (%) Silt (%)


63 74 81 37 26 19

Clay (%)
0 0 0

Annexure-II Page 12

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

PARTICLE SIZE 20 4.75 2 0.425 0.3 0.15 0.075 0.05 0.02 0.01 0.006 0.003 0.001 PARTICLE SIZE 20 4.75 2 0.425 0.3 0.15 0.075 0.05 0.02 0.01 0.006 0.003 0.001 PARTICLE SIZE 20 4.75 2 0.425 0.3 0.15 0.075 0.05 0.02 0.01 0.006 0.003 0.001

% FINER 100.0 100.0 98.0 93.0 86.0 41.0 37.0 28.0 26.0 19.0 17.0 5.0 0.04 % FINER 100.0 100.0 93.0 92.0 86.0 46.0 26.0 24.0 16.0 10.0 8.0 3.0 0.025 % FINER 100.0 96.0 88.0 83.0 65.0 38.0 19.0 18.0 11.0 10.0 6.0 4.0 0.04

Annexure-II Page 13

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

GRAIN SIZE ANALYSIS of - 4.75mm fraction

Bore Hole No. BH - 2

100.0 90.0 80.0 70.0 Percentage passing 60.0 50.0 40.0 30.0 20.0 10.0 0.0 0.001

0.01 0.1 1 Particle size (mm)

10

Symbol

Description of soil
Silty sand Silty sand Silty sand

Depth (m)
1.50 6.00 15.00

Gravel (%)
0 0 0

Sand (%)
60 66 71

Silt (%)
40 34 29

Clay (%)
0 0 0

Annexure-II Page 14

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

PARTICLE SIZE 20 4.75 2 0.425 0.3 0.15 0.075 0.05 0.02 0.01 0.006 0.003 0.001 PARTICLE SIZE 20 4.75 2 0.425 0.3 0.15 0.075 0.05 0.02 0.01 0.006 0.003 0.001 PARTICLE SIZE 20 4.75 2 0.425 0.3 0.15 0.075 0.05 0.02 0.01 0.006 0.003 0.001

% FINER 100.0 100.0 98.0 96.0 90.0 88.0 40.0 33.0 22.0 17.0 7.0 5.0 0.1 % FINER 100.0 100.0 93.0 92.0 85.0 71.0 34.0 31.0 27.0 21.0 13.0 5.0 0.05 % FINER 100.0 100.0 90.0 76.0 64.0 45.0 29.0 24.0 15.0 8.0 6.0 4.0 0.025

Annexure-II Page 15

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

Annexure-II Page 16

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

Annexure-II Page 17

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

SAMPLE CALCULATION Type of Foundation Circular well Depth of Foundation 20.0 m below Existing bed level Dia of well = 8.0m (B = 8.0m) Allowable Settlement S = 50 mm for well foundation 1.0 SHEAR FALUIRE CRITERIA (REF. IS: 6403) Average soil data Cohesion, c = 0.0 kg/cm2 = 0.0 T/m2 Angle of Shear Resistance, =320 Natural effective Density ( in submerged condition

eff

= 1.0 T/m2 for 20.0m depth below Bed Level

Water correction factor w = 0.5 Condition of subsoil strata below Foundation- medium dense Overburden pressure q =1.0x20 = 20.0T/m2 Nc = 26.859, Nq = 16.252, N = 17.119 dc = dq =d = 1.0 ic=iq=i = 1 Sc = Sq = 1.2 Sy = 0.6 .. For circular shaped foundation Factor of Safety = 3.5 Qns = [.cNc.Sc.dc.ic + q (Nq 1).sq.dq.iq + 0.5 eff.B.Nr.S .d .i .w]/ 3.5 = (0.0 + 366.048 + 20.543)/3.5 = 110.45T/m2 And gross SBC = 110.45 +20.0 ( effective overburden pressure = 130.45 T/m2 2.0 SETTLE MENT CRITERIA (IS: 8009, Pt.I) Average N value at 20.0 m depth (below Bed Level) = 61., w= 0.5 Influence Zone is considered 2B below foundation level. From Chart N vs settlement given on page 17 of IS: 8009 (Part 1-1978) The Settlement at a load of 1.0 Kg/cm2 = 4.0 mm

Applying water correction factor- 0.5 and rigidity factor- 0.8 Thcorrected settlement = 4.0/.5 x0.8 = 6.4mm Hence for 50mm permissible settlement, net API = 50 / 6.4 = 7.81 Kg/cm2 = 78.1 T/ m2 And gross API = 78.1 + 20 ( Effective overburden pressure = 98.1 T/m2 RECOMMENDATION: LEAST OF THE VALUES OF GROSS SBC/API OBTAINED FROM SHEAR FAILURE CRITERIA, SETTLEMENT FAILURE CRITERIA AND PLATE LOAD TEST i.e. 98.1 T/m2 FOR 50mm PERMISSIBLE SETTLEMENT MAY BE ADOPTED FOR DESIGN PURPOSES.

Annexure-II Page 18

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

Table-Record of Rock Drilling and Properties of Rock Bore Hole NO.- BH-1, Dia of Bore Hole- Nx size, Drilling equipment: rotary drilling machine, Type of Bit used : Diamond bits, Depth of Bore Hole- 20.0m Ground Water Level 5.5m depth below EGL Ground RL. 343.146
Depth (m) Core Recovery (cm) % core Recovery Dry density ( gm/cc)

0.0 1.5 3.0 4.5 6.0 7.5 9.0 10.5 12.0 13.5 15.0 16.5 18.0 19.5

1.5 3.0 4.5 6.0 7.5 9.0 10.5 12.0 13.5 15.0 16.5 18.0 19.5 20.0

1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 0.5

13.5 18 22.5 28.5 48 52.5

9 12 15 22 19 21 32 35 42 18 15 18 31.5

0.0 0.0 8 11 13 15 11 17 12 21 12 10 12 11

2.63 2.64

0.125 0.25

0.43 0.56

2.66 2.68

1.13 1.5

2.62

2.70

2.96

2.65

0.84

2.71

2.2

Annexure-II Page 19

Uniaxial Compressive strength (kg/cm2)

Natural water content (%)

Moistutre absorption (%)

Specific gravity

Run (m)

From

To

Porosity (%)

RQD (%)

282.8 314.3

294.8

438.4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-II

Table-Record of Rock Drilling and Properties of Rock Bore Hole NO.- BH-2, Dia of Bore Hole- Nx size, Drilling equipment: rotary drilling machine, Type of Bit used : Diamond bits, Depth of Bore Hole- 20.0m Ground Water Level- 8.0m depth below EGL Natural water content (%) Depth (m) Ground RL. 346.833 Uniaxial Compressive strength (kg/cm2)

Moistutre absorption (%)

Dry density ( gm/cc)

Core Recovery (cm)

% core Recovery

Specific gravity

Run (m)

0.0 1.5 3.0 4.5 6.0 7.5 9.0 10.5 12.0 13.5 15.0 16.5 18.0 19.5

1.5 3.0 4.5 6.0 7.5 9.0 10.5 12.0 13.5 15.0 16.5 18.0 19.5 20.0

1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 1.5 0.5

19.5 13.5 16.5 21 31.5 33.75 24.75 38.25 27 47.25 27 22.5 27.0 21.5

13 9 11 14 21 22.5 16.5 25.5 18 31.5 18 15 18 43

0.0 0.0 7 10 11 13 10 13 111 17 10 14 32 52

2.64

1.08

Porosity (%)

From

To

RQD (%)

2.71

305.6

2.67

0.095

009

2.72

272.4

2.70

1.12

0.095

2.73

1.11

316.2

Annexure-II Page 20

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-III

CALCULATIONS FOR DESIGN DISCHARGE AT KOSI RIVER, RAMNAGAR


(A) FLOOD ESTIMATION By Dicken's Formula Q = CM3/4 Q The peak runoff in cum/sec C Constant

As per guidelines provided for selecting value of C (Refer Engineering Hydrology by K Subramanya, chapter "Floods")
Value of C

North Indian Plains North Indian Hilly regions Central India Coastal Andhra and Orissa

6 11 to 14 14 to 28 22 to 28

C= Constant M= Catchment Area in SqKM Q= 3840 Cumec

14 1782

SqKm

(B) HFL Calculation at Bridge Site with respect to Design Discharge

L_Slope p
352.000

y = -0.012x + 349.7 0.012x

Reduced Level (m)

348.000

344.000

340.000

336.000 0.00 100.00 200.00 300.00 400.00 500.00 600.00

Reduced Distance (m)

Series1

Linear (Series1)

Average Bed Slope of River, S Manning's Coefficient,n

= =

0.0120 0.03

from above equation

Annexure-III Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-III

At Bridge Site

Cross Section At Bridge Site


350 348 346 344 342 340 338

R.L (m)

20

40

60

80

100

120

140

160

180

200

220

240

260

280

300

320

340

360

R.D (m)
R.L. of Existing G.L. HFL

Annexure-III Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-III

Distance 0.00 10.00 20.00 30.00 40.00 50.00 60.00 70.00 80.00 90.00 100.00 110.00 120.00 130.00 140.00 150.00 160.00 170.00 180.00 190.00 200.00 210.00 220.00 230.00 240.00 250.00 260.00 270.00 280.00 290.00 300.00 310.00 320.00 330.00 340.00 350.00 360.00

RL of Existing GL 348.803 348.623 344.974 339.958 338.720 339.451 340.861 342.272 342.996 343.014 343.301 343.608 343.809 343.923 344.037 344.151 344.265 344.379 344.783 345.395 346.007 346.620 347.220 346.958 346.789 346.708 346.611 346.477 346.375 346.358 346.346 346.273 346.124 346.104 346.243 346.167 346.086

RL of Modified GL,if any 348.803 348.623 344.974 339.958 338.720 339.451 340.861 342.272 342.996 343.014 343.301 343.608 343.809 343.923 344.037 344.151 344.265 344.379 344.783 345.395 346.007 346.620 347.220 346.958 346.789 346.708 346.611 346.477 346.375 346.358 346.346 346.273 346.124 346.104 346.243 346.167 346.086

Observed HFL 346.500

a -

p -

r=a/p -

q -

40.340 71.610 74.145 63.440 49.335 38.660 34.950 33.425 30.455 27.915 26.340 25.200 24.060 22.920 21.780 19.190 14.110 7.990 1.865

11.188 10.076 10.027 10.099 10.099 10.026 10.000 10.004 10.005 10.002 10.001 10.001 10.001 10.001 10.001 10.008 10.019 10.019 10.019

3.606 346.3701 7.107 966.5484 7.395 1027.6242 6.282 788.6630 4.885 518.6496 3.856 347.1221 3.495 293.9099 3.341 272.7737 3.044 233.5773 2.791 202.0569 2.634 183.4327 2.520 170.3929 2.406 157.7405 2.292 145.4817 2.178 133.6227 1.917 108.1496 1.408 64.7351 0.798 25.0903 0.186 2.2202

0.740 1.335 1.480 1.905 3.015 3.860 3.265 2.950 3.735

10.001 10.000 10.000 10.000 10.001 10.000 10.001 10.000 10.000

0.074 0.133 0.148 0.190 0.301 0.386 0.326 0.295 0.373

0.4763 1.2733 1.5121 2.3030 4.9497 7.4722 5.6526 4.7734 7.0731

An1=

650

sq m

Q= Q= Q=

6024 180000 5101

cumec cusec cumec

Observed Maximum discharge at the site (As per Irrigation Department Data)

Annexure-III Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-III

(C) Afflux Calculation Determination of Obstructed Bridge Area

Proposed Bridge At Site


350.0 348.0

R.L. (m)

346.0 344.0 342.0 340.0 338.0 0 20 40 60 80 100 120 140 160 180 200 220 240 260 280 300 320 340 360

R.D. (m)
R.L.of Existing Ground HFL

Annexure-III Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-III

Distance 0.00 10.00 20.00 30.00 40.00 50.00 60.00 70.00 80.00 90.00 100.00 110.00 120.00 130.00 140.00 150.00 160.00 170.00 180.00 190.00 200.00 210.00 220.00 230.00 240.00 250.00 260.00 270.00 280.00 290.00 300.00 310.00 320.00 330.00 340.00 350.00 360.00

RL of Existing GL 348.803 348.623 344.974 339.958 338.720 339.451 340.861 342.272 342.996 343.014 343.301 343.608 343.809 343.923 344.037 344.151 344.265 344.379 344.783 345.395 346.007 346.620 347.220 346.958 346.789 346.708 346.611 346.477 346.375 346.358 346.346 346.273 346.124 346.104 346.243 346.167 346.086

RL of Modified GL,if any 348.803 348.623 344.974 339.958 338.720 339.451 340.861 342.272 342.996 343.014 343.301 343.608 343.809 343.923 344.037 344.151 344.265 344.379 344.783 345.395 346.007 346.620 347.220 346.958 346.789 346.708 346.611 346.477 346.375 346.358 346.346 346.273 346.124 346.104 346.243 346.167 346.086

Observed HFL 346.500

a -

p -

r=a/p -

q -

depth, d 1.5260 6.5420 7.7800 7.0490 5.6390 4.2280 3.5040 3.4860 3.1990 2.8920 2.6910 2.5770 2.4630 2.3490 2.2350 2.1210 1.7170 1.1050 0.4930

40.340 71.610 74.145 63.440 49.335 38.660 34.950 33.425 30.455 27.915 26.340 25.200 24.060 22.920 21.780 19.190 14.110 7.990 1.865

11.188 10.076 10.027 10.099 10.099 10.026 10.000 10.004 10.005 10.002 10.001 10.001 10.001 10.001 10.001 10.008 10.019 10.019 10.019

3.606 7.107 7.395 6.282 4.885 3.856 3.495 3.341 3.044 2.791 2.634 2.520 2.406 2.292 2.178 1.917 1.408 0.798 0.186

346.370 966.548 1027.624 788.663 518.650 347.122 293.910 272.774 233.577 202.057 183.433 170.393 157.741 145.482 133.623 108.150 64.735 25.090 2.220

0.740 1.335 1.480 1.905 3.015 3.860 3.265 2.950 3.735

10.001 10.000 10.000 10.000 10.001 10.000 10.001 10.000 10.000

0.074 0.133 0.148 0.190 0.301 0.386 0.326 0.295 0.373

0.476 1.273 1.512 2.303 4.950 7.472 5.653 4.773 7.073

0.0230 0.1250 0.1420 0.1540 0.2270 0.3760 0.3960 0.2570 0.3330 0.4140

An2*= 650 Average depth, d Lowest Bed Level

sq m = =

2.277 m 338.720 m

Annexure-III Page 5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-III

Therefore, Discharge, Q = Add Discharge due to any = Tributary on Bridge at this chainage

6024.00 0.00

cumec cumec

Total Discharge, Q 6024.00 cumec HFL (Without Afflux) = 346.500 m Average Depth, d = 2.277 m Area before constriction An1 = 650.015 sq m Area after constriction (excluding width of pier) An2* = 650.015 sq m Average velocity prior to constriction Vn1 = Q/An1 = 9.267 m/s Area after constriction An2 = An2* - no's of piers * average width of piers * average depth (d) = 581.695 sq m Average Velocity after constriction Vn2 = Q/An2 = 10.356 m/s Afflux due to constriction (By Molesworth Formula) h = [(Vn1^2)/17.88+0.015] [ (An1/An2)^2-1] = m Afflux h 1.198 Now Total Discharge, Q = 6024.000 cumecs Since Catchment area is between 500 sqkm -5000 sqkm, therefore as per IRC:78-2000 Increase in discharge by = 25 % (Max Value for the range) Design Discharge, Q Design Affluxed HFL = = 7530 347.698 cumecs m

Minimum vertical clearance for above disharge = 1.500 Minimum R.L. for Soffit Average Velocity, Vn2 = = 349.198 10.356

m m m/sec

Annexure-III Page 6

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 6

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 7

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 8

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 9

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 10

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure IV

Annexure IV: Page 11

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

CHAPTER-1 CARRIAGE OF MATERIALS


Sr No 1.1 Ref. to MoRTH Spec. 1.1 Description Loading and Unloading of Stone Boulder/Stone aggregates/Sand/Kanker/Moorum. Placing tipper at loading point, loading with front end loader, dumping, turning for return trip, excluding time for haulage and return trip Unit = cum Taking output = 5.5 cum Time required for i) Positioning of tipper at loading point ii) Loading by front end loader 1 cum bucket capacity @ 25 cum per hour iii) Maneuvering, reversing, dumping and turning for return iv) Waiting time, unforeseen contingencies etc Total a) Machinery Tipper 5.5 tonnes capacity Front end-loader 1 cum bucket capacity @ 25 cum/hour b) Overhead charges @ 10 % on (a) c) Contractor's profit @ 10 % on (a+b) Cost for 5.5 cum = a+b+c Rate per cum = (a+b+c)/ 5.5 Unloading will be by tipping. Unit cum Quantity Rate Rs Cost Rs Remarks/ Input ref.

1 Min 13 Min 2 Min 4 Min 20 Min hour hour 0.440 0.440 175.00 500.00 77.00 220.00 29.70 32.67 359.37 65.34 65.00 P&M-048 P&M-017

Note

say

Annexure-V: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

CHAPTER-2 SITE CLEARANCE Sr No 2.1

Ref. to MoRTH Spec. 201

Description Cutting of Trees, including cutting of Trunks, Branches and Removal Cutting of trees, including cutting of trunks, branches and removal of stumps, roots, stacking of serviceable material with all lifts and up to a lead of 1000 metres and earth filling in the depression/pit. Unit = Each Girth from 300 mm to 600 mm a) Labour Mate Mazdoors for cutting trees including cutting, refilling, compaction of backfilling and stacking of serviceable materials within 1000 metres lead by manual means. b) Machinery Tractor-trolley c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate for each tree = a+b+c+d Girth from 600 mm to 900 mm a) Labour Mate Mazdoors for cutting trees including cutting, refilling, compaction of backfilling, and stacking of serviceable materials within 1000 metres lead by manual means b) Machinery Tractor-trolley c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate for each tree = a+b+c+d Girth from 900 mm to 1800 mm a) Labour Mate Mazdoors for cutting trees including cutting, refilling, compaction of backfilling and stacking of serviceable materials within 1000 metres b) Machinery Tractor-trolley c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate for each tree = a+b+c+d Girth above 1800 mm a) Labour Mate Mazdoors for cutting trees including cutting, refilling, compaction of backfilling and stacking of serviceable materials within 1000 metres b) Machinery Tractor-trolley c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate for each tree = a+b+c+d Clearing and Grubbing Road Land . Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, up to a lead of 1000 metres including removal and disposal of top organic soil not exceeding 150 mm in thickness. Unit = Hectare Taking output = 1 Hectare By Mechanical Means

Unit

Quantity

Rate Rs

Cost Rs

Remarks/ Input ref.

2.1.1

(i)

day day

0.020 0.600

230.00 115.00

4.60 69.00

L-12 L-13

hour

0.100

125.00

say
2.1.2

12.50 8.61 9.47 104.18 104.00

P&M-053

(ii)

day day

0.040 0.900

230.00 115.00

9.20 103.50

L-12 L-13

hour

0.300

125.00

say
2.1.3

37.50 15 02 15.02 16.52 181.74 182.00

P&M-053

(iii)

day day

0.080 2.000

230.00 115.00

18.40 230.00

L-12 L-13

hour

0.400

125.00

say
2.1.4

50.00 29.84 32.82 361.06 361.00

P&M-053

(iv)

day day

0.160 4.000

230.00 115.00

36.80 460.00

L-12 L-13

hour

0.600

125.00

say
2.3

75.00 57.18 62.90 691.88 692.00

P&M-053

201

2.3.2

(ii)

Annexure-V: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No 2.3.2.1

Ref. to MoRTH Spec. A In area of light jungle a) Labour Mate Mazdoor b) Machinery

Description

Unit

Quantity

Rate Rs

Cost Rs

Remarks/ Input ref.

day day hour hour

0.160 4.000 10.000 1.000

230.00 115.00 2000.00 125.00

36.80 460.00 20000.00 125.00 2062.18 2268.40 24952.38

L-12 L-13 P&M-014 P&M-053

Dozer 80 HP with attachment for removal of trees & stumps Tractor-trolley c) d) Overhead charges @ 10 % on (a+b) Contractor's profit @ 10 % on (a+b+c)

Rate per Hectare = a+b+c+d say

24952.00

Annexure-V: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

301 3.3

Excavation in Soil with Dozer with lead upto 100 metres Excavation for road way in soil by mechanical means including cutting and pushing the earth to site of embankment upto a distance of 100 metres (average lead50 metres), including trimming bottom and side slopes in accordance with requirements of lines, grades and cross sections. Unit = cum Taking output = 180 cum a) Labour Mate Mazdoor b) Machinery Dozer, 80 HP @ 30 cum per hour c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Cost for 180 cum = a+b+c+d Rate per cum = (a+b+c+d)/180

day day hour

0.080 2.000 6.000

230.00 115.00 700.00

18.40 230.00 4200.00 444.84 489.32 5382.56 29.90 30.00

L-12 L-13 P&M-014

say 305 3.17 Construction of Embankment with Material Deposited from Roadway Cutting Construction of embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structures graded and compacted to meet requirement of table 300-2. Unit = cum Taking output = 100 cum a) Labour Mate Mazdoor b) Machinery Dozer 80 HP for spreading @ 200 cum per hour Motor grader for grading @ 100 cum per hour Water tanker6 KL capacity Vibratory roller 8-10 tonnes @ 100 cum per hour c) d) e) Material Cost of water Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d) KL 24.000 50.00 hour hour hour hour 0 500 0.500 1.000 4.000 1.000 2000 00 2000.00 1200.00 100.00 1000.00 day day 0.020 0.500 230.00 115.00

4.60 57.50 1000 00 1000.00 1200.00 400.00 1000.00 1200.00 486.21 534.83 5883.14 58.83

L-12 L-13 P&M-014 P&M-032 P&M-060 P&M-059 M-189

Rate for 100 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/100 say

59.00

Annexure-V: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

A 4.3

Granular Sub-Base with Close Graded Material (Table:- 4001) Plant Mix Method Construction of granular sub-base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 Unit = cum Taking output = 225 cum (450 tonne) a) Labour Mate Mazdoor skilled Mazdoor b) Machinery Wet mix plant @ 75 tonne capacity per hour Electric generator 125 KVA Water tanker 6 KL capacity 5 km lead with one trip per hour Front end loader 1 cum bucket capacity Tipper 10 tonne

day day day hour hour hour hour tonne.km

0.400 2.000 8.000 8.000 8.000 8.000 8.000 450 x L

230.00 150.00 115.00 2000.00 600.00 100.00 500.00 1.74

92.00 300.00 920.00 16000.00 4800.00 800.00

L-12 L-15 L-13 P&M-093 P&M-018 P&M-060

4000.00 P&M-017 783.00 Lead =1 km & P&M-058 78.30

Add 10 per cent of cost of carriage to cover loading and unloading Motor Grader 110 HP Vibratory roller 8-10 t c) Material Close graded Granular sub-base Material as per table 400-1 4.3.1 For Grading-I Material 53 mm to 9.5 mm @ 50 per cent 9.5 mm to 2.36 mm @ 20 per cent 2.36 mm below @ 30 per cent Cost of water OR For Grading-II Material 26.5 mm to 9.5 mm @ 35 per cent 9.5 mm to 2.36 mm @ 25 per cent 2.36 mm below @ 40 per cent Cost of water OR For Grading-III Material 9.5 mm to 4.75 mm @ 35 per cent 4.75 mm to 2.36 mm @ 12.5 per cent 2.36 mm below @ 52.5 per cent Cost of water Rate per cum for grading-I Material d) Overhead charges @ 10 % on (a+b+c) e) Contractor's profit @ 10 % on (a+b+c+d) Cost for 225 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/225 Rate per cum for grading-II Material d) Overhead charges @ 10 % on (a+b+c) e) Contractor's profit @ 10 % on (a+b+c+d) Cost for 225 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/225

hour hour

8.000 8.000

1200.00 1000.00

9600.00 8000.00

P&M-032 P&M-059

cum cum cum KL

144.000 57.000 86.400 27.000

350.00 350.00 350.00 50.00

50400.00 19950.00 30240.00 1350.00

M-013 M-017 M 017 M-020 M-189

4.3.2

cum cum cum KL

100.800 72.000 115.200 27.000

350.00 350.00 350.00 50.00

35280.00 25200.00 40320.00 1350.00

M-015 M-017 M-020 M-189

4.3.3

cum cum cum KL

100.800 36.000 151.200 27.000

350.00 350.00 350.00 50.00

35280.00 12600.00 52920.00 1350.00 14731.33 16204.46 178249.09 792.22 792.00 14752.33 16227.56 178503.19 793.35 793.00

M-016 M-018 M-020 M-189

(i)

say (ii)

say 5.3 406 Wet Mix Macadam Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density. Unit = cum Taking output = 225 cum (495 tonnes) a) Labour Mate day 0.480 230.00

110.40

L-12

Annexure-V: Page 5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Mazdoor skilled Mazdoor b) Machinery Wet mix plant of 75 tonne hourly capacity Electric generator 125 KVA Front end loader 1 cum capacity Paver finisher Vibratory roller 8 - 10 tonne or Smooth 3 wheeled steel roller @ 8-10 tonnes. Water tanker 6 KL capacity Tipper

day day hour hour hour hour hour hour hour tonne.km

2.000 10.000 6.600 6.000 6.000 6.000 6x0.65 12.000 3.000 495 x L

150.00 115.00 2000.00 600.00 500.00 550.00 1000.00

300.00 1150.00 13200.00 3600.00 3000.00 3300.00 3900.00

L-15 L-13 P&M-094 P&M-018 P&M-017 P&M-035 P&M-059

100.00 3.00

300.00

P&M-060

1485.00 Lead =1 km & P&M-058 148.50

Add 10 per cent of cost of carriage to cover cost of loading and unloading c) Material ( Table 400-11) 45 mm to 22.4 mm@ 30 per cent 22.4 mm to 2.36 mm @ 40 per cent 2.36 mm to 75 micron@ 30 per cent Cost of water d) e) Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d) cum cum cum KL 89.100 118.800 89.100 18.000 550.00 550.00 350.00 50.00

49005.00 65340.00 31185.00 900.00 17692.39 19461.63 214077.92 951.46

M-034 M-031 M-022 M-189

Cost for 225 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/225 say

951.00

Annexure-V: Page 6

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

CHAPTER - 6 BASES AND SURFACE COURSES (BITUMINOUS)


Sr No Ref. to MoRT H Spec. 502 Description Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

6.1

Prime Coat Providing and applying primer coat with bitumen emulsion on prepared surface of granular Base including clearing of road surface and spraying primer at the rate of 0.60 kg/sqm using mechanical means. Unit = sqm Taking output = 3500 sqm a) Labour Mate Mazdoor b) Machinery Mechanical broom @ 1250 sqm per hour Air compressor 250 cfm Bitumen pressure distributor @ 1750 sqm per hour Water tanker 6 KL capacity @ 1 trip per hour c) Material Bitumen emulsion @ 0.6 kg per sqm Cost of water d) Overhead charges @ 10 % on (a+b+c) e) Contractor's profit @ 10 % on (a+b+c+d) Cost for 3500 sqm = a+b+c+d+e Rate per sqm = (a+b+c+d+e)/3500

day day hour hour hour hour tonne KL

0.080 2.000 2.800 2.800 2.000 1.000 2.100 6.000

230.00 115.00 150.00 225.00 600.00 100.00 40000.00 50.00

18.40 230.00 420.00 630.00 1200.00 100.00 84000.00 300.00 8689.84 9558.82 105147.06 30.04 30.00

L-12 L-13 P&M-031 P&M-001 P&M-004 P&M-060 M-077 M-189

say 6.2 503 Tack Coat Providing and applying tack coat with bitumen emulsion using emulsion pressure distributor at the rate of 0 20 kg per 0.20 sqm on the prepared bituminous/granular surface cleaned with mechanical broom. Unit = sqm Taking output = 3500 sqm a) Labour Mate Mazdoor b) Machinery Mechanical broom @ 1250 sqm per hour Air compressor 250 cfm Emulsion pressure distributor @ 1750 sqm per hour c) Material Bitumen emulsion @ 0.2 kg per sqm d) Overhead charges @ 10 % on (a+b+c) e) Contractor's profit @ 10 % on (a+b+c+d) Cost for 3500 sqm = a+b+c+d+e Rate per sqm = (a+b+c+d+e)/3500

day day hour hour hour tonne

0.080 2.000 2.800 2.800 2.000 0.700

230.00 115.00 150.00 225.00 600.00 43000.00

18.40 230.00 420.00 630.00 1200.00 30100.00 3259.84 3585.82 39444.06 11.27 11.00

L-12 L-13 P&M-031 P&M-001 P&M-004 M-077

say 6.3 504 Bituminous Macadam Providing and laying bituminous macadam with 100-120 TPH hot mix plant producing an average output of 75 tonnes per hour using crushed aggregates of specified grading premixed with bituminous binder, transported to site, laid over a previously prepared surface with paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction Unit = cum Taking output = 205 cum (450 tonnes) a) Labour Mate Mazdoor working with HMP, mechanical broom, paver, roller, asphalt cutter and assistance for setting out lines, levels and layout of construction Skilled mazdoor for checking line & levels b) Machinery day day 0.840 16.000 230.00 115.00

193.20 1840.00

L-12 L-13

day

5.000

150.00

750.00

L-15

Annexure-V: Page 7

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No

Ref. to MoRT H Spec.

Description

Unit

Quantity

Rate Rs

Cost Rs

Remarks/ Input ref. P&M-021 P&M-031 P&M-001 P&M-034 P&M-081 P&M-017

Batch mix HMP 100-120 TPH @ 75 tonne per hour actual output Mechanical broom hydraulic @ 1250 sqm per hour Air compressor 250 cfm Paver finisher hydrostatic with sensor control @ 75 cum per hour Generator 250 KVA Front end loader 1 cum bucket capacity Tipper 10 tonne capacity Add 10 per cent of cost of carriage to cover cost of loading and unloading Smooth wheeled roller 8-10 tonnes for initial break down rolling. Vibratory roller 8 tonnes for intermediate rolling. Finish rolling with 6-8 tonnes smooth wheeled tandem roller. c) Material i) Bitumen@ 3.3 per cent of mix weight of mix = 205 x 2.2 = 450 tonne ii) Aggregate Total weight of mix = 450 tonnes Weight of bitumen = 14.85 tonnes Weight of aggregate = 450 -14.85 = 435.15 tonnes Taking density of aggregate = 1.5 ton/cum Volume of aggregate = 290.1 cum gg g *Grading I ( 40 mm nominal size ) 37.5 - 25 mm 15 per cent 25 - 10 mm 45 per cent 10 - 5 mm 25 per cent 5 mm and below15 per cent or GradingII(19 mm nominal size) 25 - 10 mm 40 per cent 10 - 5 mm 40 per cent 5 mm and below 20 per cent * Any one of the alternative may be adopted as per approved design

hour hour hour hour hour hour tonne.km

6.000 2.200 2.200 6.000 6.000 6.000 450 x L

10800.00 150.00 225.00 1400.00 700.00 500.00 1.74

64800.00 330.00 495.00 8400.00 4200.00 3000.00

783.00 Lead =1 km & P&M-058 78.30 780.00 3900.00 2730.00 P&M-044 P&M-059 P&M-045

hour hour hour

6.00x0.65* 6.00x0.65* 6.00x0.65*

200.00 1000.00 700.00

tonne

14.850

41000.00

608850.00

M-074

cum cum cum cum

43.510 130.550 72.530 43.510

500.00 500.00 500.00 520.00

21755.00 65275.00 36265.00 22625.20

M-049 M-046 M-040 M-030

cum cum cum

116.040 116.040 58.020

500.00 500.00 520.00

58020.00 58020.00 30170.40

M-046 M-040 M-030

say (ii) for GradingII(19 mm nominal size) d) e) Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d)

5000.00 84733.99 93207.39 1025281.28 5001.37

Cost for 205 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/205 (For Grading-II) say 6.8 508 Semi-Dense Bituminous Concrete Providing and laying semi dense bituminous concrete with 100-120 TPH batch type HMP producing an average output of 75 tonnes per hour using crushed aggregates of specified grading, premixed with bituminous binder @ 5 percent of mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 508 complete in all respects Unit = cum Taking output = 195 cum (450 tonnes) a) Labour Mate day 0.840 230.00

5001.00

193.20

L-12

Annexure-V: Page 8

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No

Ref. to MoRT H Spec.

Description

Unit

Quantity

Rate Rs

Cost Rs

Remarks/ Input ref. L-13

Mazdoor working with HMP, mechanical broom, paver, roller, asphalt cutter and assistance for setting out lines, levels and layout of construction Skilled mazdoor for checking line & levels b) Machinery Batch mix HMP @ 75 tonne per hour Paver finisher hydrostatic with sensor control @ 75 cum per hour Generator 250 KVA Front end loader 1 cum bucket capacity Tipper 10 tonne capacity Add 10 per cent of cost of carriage to cover cost of loading and unloading Smooth wheeled roller 8-10 tonnes for initial break down rolling. Vibratory roller 8 tonnes for intermediate rolling. Finish rolling with 6-8 tonnes smooth wheeled tandem c) Material * Grading I: 13 mm (Nominal Size) i) Bitumen@ 4.5 per cent of weight of mix ii) Aggregate Total weight of mix = 450 tonnes Weight of bitumen = 20.25 tonnes Weight of aggregate = 450-20.25 = 429.75 tonnes Taking density of aggregate = 1.5 ton/cum Volume of aggregate = 286.5 cum 13.2 - 10 mm20 per cent 10 - 5 mm 38 per cent 5 mm and below 40 per cent Filler @ 2 per cent of weight of aggregates. or Grading II: 10 mm (Nominal Size) Bitumen@5 per cent of weight of mix weight of mix = 450 tonne Aggregate Total weight of mix = 450 tonnes Weight of bitumen = 22.5 tonnes Weight of aggregate = 450 -22.50 = 427.50 tonnes Taking density of aggregate = 1.5 ton/cum Volume of aggregate = 285 cum 9.5 - 4.75 mm@ 57 per cent 4.75 and below@ 41 per cent Filler @ 2 per cent of weight of aggregates. *Any one of the alternative may be adopted as per approved design for Grading I ( 13 mm nominal size ) d) e) Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d)

day

16.000

115.00

1840.00

day hour hour hour hour tonne.km

5.000 6.000 6.000 6.000 6.000 450 x L

150.00 8300.00 1400.00 700.00 500.00 1.74

750.00 49800.00 8400.00 4200.00 3000.00

L-15 P&M-022 P&M-034 P&M-081 P&M-017

783.00 Lead =1 km & P&M-058 78.30 780.00 3900.00 2730.00 P&M-044 P&M-059 P&M-045

hour hour hour

6.00x0.65* 6.00x0.65* 6.00x0.65*

200.00 1000.00 700.00

tonne

20.250

41000.00

830250.00

M-074

cum cum cum tonne

57.300 108.870 114.600 8.620

500.00 500.00 520.00 2400.00

28650.00 54435.00 59592.00 20688.00

M-044 M-040 M-030 M-188

tonne

22.500

41000.00

922500.00

M-074

cum cum tonne

162.450 116.850 8.620

500.00 520.00 2400.00

81225.00 60762.00 20688.00

M-040 M-030 M-188

(i)

107006.95 117707.65 1294784.10 6639.92 say 6640.00

Cost for195 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/195 (For Grading I)

Annexure-V: Page 9

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

CHAPTER-11 FOUNDATIONS Sr No 11.0 Ref. to MoRTH Spec. 304 Description Excavation for Structures Earth work in excavation of foundation of structures as per drawing and technical specification, including setting out, construction of shoring and bracing, removal of stumps and other deleterious matter, dressing of sides and bottom and backfilling with approved material. Ordinary soil Unit = cum Taking output = 10 cum 11.1.1 A (i) Manual Means Depth upto 3 m a) Labour Mate Mazdoor b) Overhead charges @ 10 % on (a) c) Contractor's profit @ 10 % on (a+b) Cost for 10 cum = a+b+c Rate per cum = (a+b+c)/10 1. Cost of dewatering may be added where required upto, 10 per cent of labour cost Assessment for dewatering shall be made as per site conditions. 2.The excavated earth can be used partially for backfilling of foundation pit and partly for road work except for marshy soil. Hence cost of disposal has not been added except for marshy soil. This remark is common to all cases of item 12.1 excluding marshy soil. 3.The cost of shoring and shuttering, where needed, may be added @ 1 per cent on cost of excavation for open foundation. Depth 3 m to 6 m a) Labour Mate/Supervisor Mazdoor b) Overhead charges @ 10 % on (a) c) Contractor's profit @ 10 % on (a+b) Cost for 10 cum = a+b+c Rate per cum = (a+b+c)/10 Cost of dewatering may be added where required upto 15 per cent of labour cost. Assessment for dewatering shall be done as per actual ground conditions. Back Filling in behind abutment, wingwall, retuen wall as per Drawing & Technical Specification Unit = cum Taking output = 1 cum 11.5.2 b) Sandy Material a) Labour Mate Mazdoor b) Material Sand (assuming 20 per cent voids) c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate per cum = a+b+c+d Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

11.1

day day

0.16 5.00

230.00 115.00

say Note

36.80 575.00 61.18 67.30 740.28 74.03 74.00

L-12 L-13

11.1.2

(ii)

day day

0.20 6.00

230.00 115.00

say Note

46.00 690.00 73.60 80.96 890.56 89.06 89.00

L-12 L-13

11.5

304

day day cum

0.01 0.20 0.35

230.00 115.00 500.00

2.30 23.00 175.00 20.03 22.03 242.36 242.00

say

11.6

Filter medium behing abutment, wing wall, retuen wall as per Technical specification a) Labour Mate Mazdoor b) Material

day day

0.01 0.30

230.00 115.00

2.30 34.50

Annexure-V: Page 10

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No

Ref. to MoRTH Spec.

Description Filter media/Filter Material as per Table 300-3 (MoRT&H Specification) c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate per cum = a+b+c+d

Unit cum

Quantity 1.30

Rate Rs 450.00

Cost Rs 585.00 62.18 68.40 752.38 752.00

Remarks/ Input ref.

say 11.9.1 1500, 1700 & 2100 D Case I Plain/Reinforced Cement Concrete in Open Foundation complete as per Drawing and Technical Specifications.

11.9.1.1

PCC Grade M25 Using Concrete Mixer Unit = cum Taking output = 15 cum a) Material Cement Coarse sand 40 mm Aggregate 20 mm Aggregate 10 mm Aggregate b) Labour Mate Mason Mazdoor c) Machinery Concrete mixer (cap. 0.40/0.28 cum) G t Generator 33 KVA Per Cum Basic Cost of Labour, Material & Machinery (a+b+c) d) Formwork @ 3.75 per cent of (a+b+c) e) f) Overhead charges @ 10 % on (a+b+c+d) Contractor's profit @ 10 % on (a+b+c+d+e) hour h hour 6.00 6 00 6.00 3031.00 1704.59 4716.04 5187.64 57064.07 3804.27 say 3804.00 100.00 400 00 400.00 600.00 2400 00 2400.00 P&M-009 P&M 079 P&M-079 day day day 0.86 1.50 20.00 230.00 220.00 115.00 197.80 330.00 2300.00 L-12 L-11 L-13 tonne cum cum cum cum 5.99 6.75 5.40 5.40 2.70 4700.00 500.00 600.00 600.00 600.00 28153.00 3375.00 3240.00 3240.00 1620.00 M-081 M-005 M-055 M-053 M-051

Cost for 15 cum = a+b+c+d+e+f Rate per cum = ( a+b+c+d+e+f )/15

11.9.2

1500, 1700 & 2100 A

Plain/Reinforced Cement Concrete in Open Foundation complete as per Drawing and Technical Specifications. PCC Grade M15 Unit = cum Taking output = 15 cum a) Material Cement Coarse sand 40 mm Aggregate 20 mm Aggregate 10 mm Aggregate b) Labour Mate Mason Mazdoor c) Machinery Concrete mixer (cap. 0.40/0.28 cum) Generator 63 KVA Per Cum Basic Cost of Labour, Material & Machinery (a+b+c) d) Formwork @ 4 per cent on cost of concrete i.e. cost of material, labour and machinery e) Overhead charges @ 10 % on (a+b+c+d) f) Contractor's profit @ 10 % on (a+b+c+d+e) Cost for 15 cum = a+b+c+d+e+f Rate per cum = (a+b+c+d+e+f)/15

11.9.2.1

tonne cum cum cum cum day day day hour hour

4.13 6.75 8.10 4.05 1.35 0.86 1.50 20.00 6.00 6.00 2488.00

4700.00 500.00 600.00 600.00 600.00 230.00 220.00 115.00 100.00 500.00

19411.00 3375.00 4860.00 2430.00 810.00 197.80 330.00 2300.00 600.00 3000.00

M-081 M-005 M-055 M-053 M-051 L-12 L-11 L-13 P&M-009 P&M-019

1492.55

3880.64 4268.70 46955.69 3130.38

Annexure-V: Page 11

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No

Ref. to MoRTH Spec. 1200 & 1900

Description

Unit

Quantity

Rate Rs say

Cost Rs 3130.00

Remarks/ Input ref.

11.10

Providing and Laying Cutting Edge of Mild Steel weighing 40 kg per metre for Well Foundation complete as per Drawing and Technical Specification. Unit = 1 MT Taking output = 1 MT a) Material Structural steel in plates, angles, etc including 5 per cent wastage Nuts & bolts b) Labour (for cutting, bending, making holes, joining, welding and erecting in position) Mate Fitter Blacksmith Welder Mazdoor Electrodes, cutting gas and other consumables @ 10 per cent of cost of (a) above c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate per MT (a+b+c+d)

tonne Kg

1.05 20.00

35000.00 40.00

36750.00 800.00

M-179 M-130

day day day day day

1.32 5.50 5.50 5.50 16.50

230.00 170.00 190.00 190.00 115.00

303.60 935.00 1045.00 1045.00 1897.50 3755.00 4653.11 5118.42 56302.63 56303.00

L-12 L-08 L-02 L-02 L-13

say 11.11 1200, 1500 & 1700 Plain/Reinforced Cement Concrete, in Well Foundation complete as per Drawing and Technical Specification. Unit = 1 cum T ki output = 1 cum Taking t t 11.15.1 11.15.1.2 A (ii) Well curb RCC M25 Grade Same as for 12.8 (E) except for formwork which shall be@ 20 per cent of the cost of concrete instead of 3.75 per cent. Case I Using Concrete Mixer Per Cum Basic Cost of Labour, Material & Machinery (a+b+c) d) formwork @ 20 per cent of the cost of concrete e) f) Overhead charges @ 10 % on (a+b+c+d) Contractor's profit @ 10 % on (a+b+c+d+e) say 11.16 11.16.3 B (v) Well steining RCC M25 Grade Same as for 12.8 (E) except for formwork which shall be @ 10 per cent of the cost of concrete instead of 3.5 per cent. Case I Using Concrete Mixer Per Cum Basic Cost of Labour, Material & Machinery (a+b+c) d) formwork @ 10 per cent of the cost of concrete e) f) Overhead charges @ 10 % on (a+b+c+d) Contractor's profit @ 10 % on (a+b+c+d+e) say 11.17 Bottom Plug Concrete to be placed using tremie pipe Note: 10% extra cement to be added where under water concreting is involved PCC Grade M20 Using Concrete Mixer Unit = cum Taking output = 15 cum

3050.00 610.00 366.00 402.60 4428.60 4429.00

Rate perm (a+b+c+d+e+f)

3031.00 303.10 333.41 366.75 4034.26 4034.00

Rate perm (a+b+c+d+e+f)

(i) Case I

Annexure-V: Page 12

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No

Ref. to MoRTH Spec. a) Material Cement Coarse sand 40 mm Aggregate 20 mm Aggregate 10 mm Aggregate Admixture b) Labour Mate Mason Mazdoor c) Machinery

Description

Unit

Quantity

Rate Rs

Cost Rs

Remarks/ Input ref. M-081 M-005 M-055 M-053 M-051 M-180 L-12 L-11 L-13 P&M-009 P&M-079 P&M-013

tonne cum cum cum cum Kg day day day hour hour hour

5.55 6.75 5.40 5.40 2.70 18.60 0.90 1.50 20.00 6.00 6.00 6.00 2996.00

4700.00 500.00 600.00 600.00 600.00 10.00 230.00 220.00 115.00 100.00 400.00 225.00

26085.00 3375.00 3240.00 3240.00 1620.00 186.00 207.00 330.00 2300.00 600.00 2400.00 1350.00

Concrete mixer (cap. 0.40/0.28 cum) Generator 33 KVA Light Crane 3 tonnes capacity for handling tremie pipe Per Cum Basic Cost of Labour, Material & Machinery (a+b+c) Add 5 per cent of cost of material and labour towards cost of forming sump, protective bunds, chiselling and making arrangements for under water concreting with tremie pipe.. d) e) Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d)

2029.15

4696.22 5165.84 56824.20 3788.28 say 3788.00 3 88 00

cost of 15 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/15 D 11.13.1 (ii) Intermediate plug Grade M25 PCC Same as in bottom plug concrete, excluding cost of forming sump, protective bunds, chiseling etc. Using Concrete Mixer Per Cum Basic Cost of Labour, Material & Machinery (a+b+c) d) Overhead charges @ 10 % on (a+b+c) e) Contractor's profit @ 10 % on (a+b+c+d) say 11.18.1.3 (iii) Case I RCC Grade M30 Using Concrete Mixer Unit = cum Taking output = 15 cum a) Material Cement Coarse sand 20 mm Aggregate 10 mm Aggregate b) Labour Mate Mason Mazdoor c) Machinery Concrete mixer (cap. 0.40/0.28 cum) Generator 33 KVA Formwork @ 3.5 per cent of (a+b+c) d) e) Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d) hour hour 6.00 6.00 100.00 400.00 day day day 0.86 1.50 20.00 230.00 220.00 115.00 tonne cum cum cum 6.10 6.75 8.10 5.40 4700.00 500.00 600.00 600.00 Rate per cum = (a+b+c+d+e)

Case I

3136.00 313.60 344.96 3794.56 3795.00

28670.00 3375.00 4860.00 3240.00 197.80 330.00 2300.00 600.00 2400.00 1609.05 4758.18 5234.00 57574.04 3838.27

M-081 M-005 M-053 M-051 L-12 L-11 L-13 P&M-009 P&M-079

cost of 15 cum = a+b+c+d+e Rate per cum = (a+b+c+d+e)/15 say

3838.00

Annexure-V: Page 13

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No 11.19

Ref. to MoRTH Spec. Section 1200

Description Sinking of well (other than pneumatic method of sinking) through all types of strata namely sandy soil, clayey soil and rock as shown against each case, complete as per drawing and technical specifications. Depth of sinking is reckoned from bed level. D Soft Rock ( 9m dia well ) Unit = Running Meter Taking output = 1 m Diameter of well - 9 m. Rate of sinking = 0.17 m per hour. a) Material Gelatine 80 per cent Electric Detonators b) Labour Mate Driller Blaster Mazdoor Mazdoor (Skilled) Diver c) Machinery Hire & running charges of crane with grab bucket of 0.75 cum capacity and accessories. Hire & running charges of compressor with pneumatic breaker/Jack hammer for drilling. Dewatering @ 5 per cent of cost of (b+c), if required. Consumables in sinking @ 10 per cent of cost of (b). d) e) Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d)

Unit

Quantity

Rate Rs

Cost Rs

Remarks/ Input ref.

11.19.4.2

Kg each day day day day day day hour hour

7.00 30.00 1.60 2.00 0.25 18.00 4.00 0.50 18.00 16.00

50.00 5.00 230.00 150.00 140.00 115.00 150.00 150.00 550.00 150.00

350.00

M-104

150.00 M-094/100 368.00 300.00 35.00 2070.00 600.00 75.00 9900.00 2400.00 787.40 1308.74 1834.41 2017.86 22196.41 L-12 L-06 L-03 L-13 L-15 L-07 P&M-075 P&M-063

Rate per metre = (a+b+c+d+e) say 11.19.3.3 C Soft Rock ( 8m dia well ) Unit = Running Meter. Taking output = 1 m 8m dia Well Rate of sinking @ 0.20 m/hour a) Labour Mate Sinker ( skilled ) Sinking helper ( semi-skilled ) Diver b) Machinery Hire & running charges of crane with grab bucket of 0.75 cum capacity and accessories. Air compressor with pneumatic breakers Consumables in sinking @ 10 per cent of (b) Add for dewatering @ of 5 per cent of (a+b), if required c) d) Overhead charges @ 10 % on (a+b) Contractor's profit @ 10 % on (a+b+c) say 11.20 1207 Sand Filling in Wells complete as per Drawing and Technical Specifications. Unit = 1 cum Taking output = 1 cum a) b) Material Sand (assuming 20 per cent voids ) Labour Mate day 0.01 230.00 cum 0.15 500.00 hour hour 19.00 15.00 550.00 150.00 day day day day 0.68 4.00 12.00 1.00 230.00 150.00 120.00 150.00

22196.00

156.40 600.00 1440.00 150.00 10450.00 2250.00 1270.00 815.82 1713.22 1884.54 20729.99 20730.00

L-12 L-15 L-14 L-07 P&M-075 P&M-063

Rate per metre = (a+b+c+d)

75.00 2.30

M-006 L-12

Annexure-V: Page 14

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sr No

Ref. to MoRTH Spec. Mazdoor c) d)

Description

Unit day

Quantity 0.30

Rate Rs 115.00

Cost Rs 34.50 11.18 12.30 135.28

Remarks/ Input ref. L-13

Overhead charges @ 10 % on (a+b) Contractor's profit @ 10 % on (a+b+c) say

Rate per cum (a+b+c+d)

135.00

11.21

1600

Supplying, Fitting and Placing un-coated HYSD bar Reinforcement in Foundation complete as per Drawing and Technical Specifications. Unit = 1 MT Taking output = 1 MT HYSD Bar Reinforcement a) Material HYSD bars including5 per cent overlaps and wastage Binding wire b) Labour for cutting, bending, shifting to site, tying and placing in position Mate Blacksmith Mazdoor tonne Kg 1.05 6.00 36000.00 40.00 37800.00 240.00 M-082 M-072

11.21.1

day day day

0.40 2.00 6.00

230.00 190.00 115.00

92.00 380.00 690.00 3920.20 4312.22 47434.42

L-12 L-02 L-13

say

47434.00

Annexure-V: Page 15

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

CHAPTER-12 SUB-STRUCTURE
12.5.8 12.5.8.2 H RCC Grade M35 (q) Height 5m to 10m For height, upto 10m, add 1.4 per cent of cost as above excluding formwork. For cost of formwork add 11 per cent of cost of material, labour and machinery . Case Using concrete Mixer I Per Cum Basic Cost of Labour, Material & Machinery (a+b+c) of Item 12.8 (H) Case I d) formwork Add 11 per cent of cost of material, labour and machinery (a+b+c) for Formwork Add 1.4 per cent of cost of material, Labour and machinery excluding formwork to cater for extra lift e) Overhead charges @ 10 % on (a+b+c+d) f) Contractor's profit @ 10 % on (a+b+c+d+e) say 12.6 Section 1600 & 2200 Supplying, fitting and placing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications Output: MT Taking output = 1 MT a) Material HYSD bars including 5 per cent overlaps and wastage Binding wire b) Labour for cutting, bending, shifting to site, tying and placing in position Mate Blacksmith Mazdoor c) d) Overhead charges @ 10 % on (a+b) Contractor's profit @ 10 % on (a+b+c) say 12.16 2000 & 2200 Supplying, fitting and fixing in position true to line and level POT-PTFE bearing consisting of a metal piston supported by a disc or unreinforced elastomer confined within a metal cylinder, sealing rings, dust seals, PTFE surface sliding against stainless steel mating surface, complete assembly to be of cast steel/fabricated structural steel, metal and elastomer elements to be as per IRC: 83 part-I & II respectively and other parts conforming to BS: 5400, section 9.1 & 9.2 and clause 2006 of MoRTH Specifications complete as per drawing and approved Technical Specifications. Unit: one tonne capacity Considering a Pot bearing assembly of 250 tonne capacity for this analysis. a) Labour Mate Mazdoor Mazdoor (Skilled) b) Material each. 1.00 60000.00 60000.00 M-068 Pot type bearing assembly consisting of a metal piston supported by a disc, PTFE pads providing sliding surfaces against stainless steel mating together with cast steel assemblies/fabricated structural steel assemblies duly painted with all components as per clause 2006 and complete as per drawings and Technical Specifications. Add 1 per cent of cost of bearing assembly for foundation anchorage bolts and consumables. c) Overhead charges @ 10 % on (a+b) day day day 0.08 1.50 0.50 230.00 115.00 150.00 18.40 172.50 75.00 L-12 L-13 L-15 387.20 tonne kg 1.05 6.00 36000.00 40.00 37800.00 240.00 M-082 M-072 Rate perm (a+b+c+d+e+f) 11.00 1.40

3137.00

345.07 43.92 352.60 387.86 4266.45 4266.00

day day day

0.34 2.00 6.50

230.00 190.00 115.00

78.20 380.00 747.50 3924.57 4317.03 47487.30 47487.00

L-12 L-02 L-13

Rate for per MT (a+b+c+d)

600.00 6086.59

Annexure-V: Page 16

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

d)

Contractor's profit @ 10 % on (a+b+c)

6695.25 73647.74 294.59 say 295.00

cost for 250 tonnes capacity bearing = a+b+c+d Rate per tonne capacity = (a+b+c+d)/250

Annexure-V: Page 17

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

CHAPTER-13 SUPER-STRUCTURE
13.1.5 13.1.5.1 E PSC Grade M-40 Unit = 1 cum Taking output = 15 cum a) Material Cement Coarse sand 20 mm Aggregate 10 mm Aggregate Admixture @ 0.4 per cent of cement b) Labour Mate Mason Mazdoor c) Machinery Concrete mixer (cap. 0.40/0.28 cum) Generator 33 KVA Basic Cost of Labour, Material & Machinery (a+b+c) for 15 cum For formwork and staging add the following: 13.1.5.1.1 13.1.5.1.1.1 (i) (p) For solid slab super-structure, 20-30 per cent of (a+b+c) Height upto 5m Basic Cost of Labour, Material & Machinery (a+b+c) for 15 cum d) Formwork and staging 20 per cent of (a+b+c) e) f) Overhead charges @ 10 % on (a+b+c+d) Contractor's profit @ 10 % on (a+b+c+d+e) 48239.00 20.00 9647.80 5788.68 6367.55 70043.03 4669.54 say 13.2 1600 Supplying, fitting and placing HYSD bar reinforcement in super-structure complete as per drawing and technical specifications Unit = 1 MT Taking output = 1 MT a) Material HYSD bars including 5 per cent for laps and wastage Binding wire b) Labour for cutting, bending, tying and placing in position Mate Blacksmith Mazdoor Basic Cost of Labour & Material (a+b) c) d) Overhead charges @ 10 % on (a+b) Contractor's profit @ 10 % on (a+b+c) say 13.3 1800 High tensile steel wires/strands including all accessories for stressing, stressing operations and grouting complete as per drawing and Technical Specifications Unit = 1 MT Taking output = 0.377 MT Details of cost for 12T13 strand 40 m long cable (weight = 0.377 MT) a) Material H.T. Strand @ 9.42 kg/m including 2 per cent for wastage and extra length for jacking tonne 0.39 70000.00 26950.00 M-119 tonne Kg 1.05 8.00 36000.00 40.00 37800.00 320.00 M-082 M-072 4670.00 hour hour 6.00 6.00 48239.00 100.00 400.00 600.00 2400.00 P&M-009 P&M-079 day day day 0.96 2.00 22.00 230.00 220.00 115.00 220.80 440.00 2530.00 L-12 L-11 L-13 tonne cum cum cum kg 6.45 6.75 8.10 5.40 25.80 4700.00 500.00 600.00 600.00 10.00 30315.00 3375.00 4860.00 3240.00 258.00 M-081 M-005 M-053 M-051 M-180 Case 1 Using concrete mixer.

Cost for 15 cum = a+b+c+d+e+f Rate per cum = (a+b+c+d+e+f)/15

day day day

0.44 3.00 8.00 39712.00

230.00 190.00 115.00

101.20 570.00 920.00 3971.12 4368.23 48050.55 48051.00

L-12 L-02 L-13

Rate per MT = a+b+c+d

Annexure-V: Page 18

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

Sheathing duct ID 66 mm along with 5 per cent extra length 40 x 1.05 = 42 m. Tube anchorage set complete with bearing plate, permanent wedges etc Cement for grouting including 3 per cent wastage @ 3.00 kg/m = 3 x 1.03 x 40 = 123.60 kg (say, = 125 kg) Add 0.50 per cent cost of material for Spacers, Insulation tape and miscellaneous items b) Labour i) For making and fixing cables, anchorages Mate Blacksmith Mazdoor ii) For prestressing Mate/Supervisor Prestressing operator / Fitter Mazdoor iii) For grouting Mate/Supervisor Mason Mazdoor c) Machinery Stressing jack with pump Grouting pump with agitator Generator 33 KVA. d) e) Overhead charges @ 10 % on (a+b+c) Contractor's profit @ 10 % on (a+b+c+d)

metre each tonne

42.00 2.00 0.125

200.00 25.00 4700.00

8400.00 50.00 587.50

M-165 M-187 M-081

1799.38

day day day day day day day day day hour hour hour

0.16 1.00 3.00 0.05 0.25 1.00 0.05 0.25 1.00 2.50 1.00 3.50

230.00 190.00 115.00 230.00 170.00 115.00 230.00 220.00 115.00 80.00 300.00 400.00

36.80 190.00 345.00 11.50 42.50 115.00 11.50 55.00 115.00 200.00 300.00 1400.00 282.23 310.45 41201.86 109288 75 109288.75

L-12 L-02 L-13 L-12 L-08 L-13 L-12 L-11 L-13 P&M-040 M-111 P&M-079

Cost for 0.377 MT (a+b+c+d+e) R t per MT = ( +b+ +d+ )/0 377 Rate (a+b+c+d+e)/0.377 say 2705 Drainage Spouts complete as per drawing and Technical specification Unit = 1 No. Taking output = 1 No. a) Material Corrosion resistant Structural steel including 5 per cent wastage GI pipe 100mm dia GI bolt 10 mm Dia Galvanised MS flat clamp b) Labour Mate Skilled (Blacksmith, welder etc.) Mazdoor For fixing in position Mate Mason Mazdoor Add @ 5 per cent of cost of material and labour for electrodes, cutting gas, sealant, anti-corrosive bituminous paint, mild steel grating etc. c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) say Note 1. In case of viaducts in urban areas, the drainage spouts should be connected with suitably located pipelines to discharge the surface run-off to drains provided at ground level. 2. In case of bridges, sufficient length of G.I Pipe shall be provided to ensure that there is no splashing of water from the drainage spout on the structure. Rate per metre (a+b+c+d) day day day 0.01 0.01 0.20 230.00 220.00 115.00 day day day 0.02 0.02 0.02 230.00 190.00 115.00 For fabrication Kg metre each each 4.00 6.00 6.00 2.00 26.00 10.00 5.00 250.00

109289.00

104.00 M-087/1000 60.00 30.00 500.00 M-056 M-110 M-101

4.60 3.80 2.30 2.30 2.20 23.00 36.61

L-12 L-02 L-13 L-12 L-11 L-13

76.88 84.57 930.26 930.00

Annexure-V: Page 19

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

13.9

2700

PCC M15 Grade leveling course below approach slab complete as per drawing and Technical specification Unit = 1 cum Taking output = 1 cum Material Concrete, Rate as per item No. 12.8 (A) excluding formworks Rate per cum cum 1.00 3010.00 say 3010.00 3010.00 Item 12.8 (A)

13.10

1500,160 0,1700 & 2704

Reinforced cement concrete approach slab including reinforcement and formwork complete as per drawing and Technical specification Unit = 1 cum Taking output = 1 cum a) Material cum 1.00 2951.00 2951.00 Item 12.8 (G) Cement concreteM30 Grade Refer relevant item of concrete in item 12.8(G)by using batching plant, excluding formwork i.e. per cum basic cost (a+b+c) (Excluding OH & CP) ( Refer relevant item of concrete in item No. 13.8 (G) except that form work may be added at the rate of 2 per cent of cost against 3.5 per cent provided in the foundation concrete. HYSD bar reinforcement Rate as per item No 14.2(Excluding OH & CP) b) Overhead charges @ 10 % on (a) c) Contractor's profit @ 10 % on(a+b) Rate per cum (a+b+c) say

59.02

tonne

0.05

39712.00

1985.60 Item 14.2 A 499.56 549.52 6044.70 6045.00

2606

Elastomeric Slab Steel Expansion Joint Providing and laying of an elastomeric slab steel expansion joint, catering to right or skew (less than 20 deg., moderately curved with maximum horizontal movement upto 50 mm, complete as per approved drawings and standard specifications to be installed by the manufacturer/supplier or their authorised representative ensuring compliance to the manufacturer's instructions for installation and clause 2606 of MoRTH specifications for road & bridge works. Unit = Running meter Taking output = 12 m a) Labour Mate Mazdoor Mazdoor (Skilled) b) Material metre 12.00 10000.00 120000.00 M-093 Supply of elastomeric slab seal expansion joint assembly manufactured by using chloroprene, elastomer for elastomeric slab unit conforming to clause 915.1 of IRC: 83 (part II), complete as per approved drawings and standard specification conforming to clause 2606 of MoRT&H Specification Add 5 per cent of cost of material for anchorage reinforcement, welding and other incidentals. c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Cost for 12 m = (a+b+c+d) Rate per m = (a+b+c+d)/12 say day day day 0.06 1.00 0.50 230.00 115.00 150.00 13.80 115.00 75.00 L-12 L-13 L-15

6000.00 12620.38 13882.42 152706.60 12725.55 12726.00

Annexure-V: Page 20

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-V

CHAPTER - 14 RIVER TRAINING AND PROTECTION WORKS


Sr No 14.1 Ref. to MoRTH Spec. 2503 Description Providing and laying boulders apron on river bed for protection against scour with stone boulders weighing not less than 40 kg each complete as per drawing and Technical specification. Boulder Laid Dry Without Wire Crates. Unit = cum Taking output = 1 cum a) Material Stone Stone Spalls b) Labour Mate Mason Mazdoor * c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate per cum = (a+b+c+d) 14.4 2504 Providing and laying Pitching on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and Technical specifications Stone/Boulder Unit = cum Taking output = 1 cum a) Material Stone weighing not less than 40kg Stone spalls of minimum 25 mm size b) Labour Mate Mason Mazdoor c) Overhead charges @ 10 % on (a+b) d) Contractor's profit @ 10 % on (a+b+c) Rate per cum = (a+b+c+d) 14.5 2504 Providing and laying Filter material underneath pitching in slopes complete as per drawing and Technical specification Unit = cum Taking output = 1 cum a) b) Material Graded stone aggregate of required size Labour Mate Mazdoor (Skilled) Mazdoor * c) d) Overhead charges @ 10 % on (a+b) Contractor's profit @ 10 % on (a+b+c) say Includes Mazdoor required for trimming of slope to proper profile and preparation of bed. day day day 0.05 0.25 1.00 230.00 150.00 115.00 11.50 37.50 115.00 70.40 77.44 851.84 852.00 L-12 L-15 L-13 cum 1.20 450.00 540.00 M-012 Unit Quantity Rate Rs Cost Rs Remarks/ Input ref.

cum cum day day day

1.00 0.20 0.04 0.35 0.75

450.00 150.00 230.00 220.00 115.00

450.00 30.00 9.20 77.00 86.25 65.25 71.77 789.46 789.00

M-003 M-008 L-12 L-11 L-13

say

cum cum day day day

1.00 0.20 0.04 0.35 0.75

450.00 150.00 230.00 220.00 115.00

450.00 30.00 9.20 77.00 86.25 65.25 71.77 789.46 789.00

M-003 M-008 L-12 L-11 L-13

say

Rate per cum = (a+b+c+d)

Annexure-V: Page 21

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar


(Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)
Item No. BRIDGES 1 Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3.0m Cum For Abutment wells For Pier wells Description Unit No. Length Breadth Height Quantity

2 10

(11.5 x 4.8 + 2/3 x 11.5 x 4.2) x 2+0.5

3.142

8/2 x 8/2

2.500

437.000 1,256.800 1,694.000

Back filling behind abutments, wing walls and return walls with selected imported granular material of approved quality, complete including all leads and lifts as per Cum drawings and Technical Specifications Clause 305. Behind Abutments Behind Return Wall Providing filter media behind abutments, wing walls & return walls with well packed material to specified thickness with smaller size towards the soil and bigger size towards the wall complete with all leads and lifts as per Cum drawings and Technical Specifications Clause 2504. Behind Abutments Behind Return Wall

2 4

9.300 1/2 x 7.3 x 7.3 x tan 35 3.600 1/2 x 7.3 x 7.3 x tan 35

347.02 268.66 616.00

2 4

10.500 3.600

0.600 0.600

7.300 7.300

91.980 63.072 155.000

Supplying , fabricating and fixing in position mild steel cutting edge with MS anchoraches including welding, splicing and making provisions for the fixing of reinforcements of well curb as per approved drawing and Technical Specification Section 1200 and 1900. For Abutment wells For Pier wells

T 2 10 1.724 As per details attached 1.535 As per details attached 3.448 15.355 19.000

Cement concrete for plain concrete/ Reinforced cement concrete complete excluding reinforcement as per drawing and Technical Specification Clauses 1200,1500 and 1700. Cum i) Well curb M-25 grade Abutment Pier ii) Well steining M-25 grade Abutment Pier iii) Well Cap M-30 grade Abutment Pier iv) Intermediate plug M-25 grade Abutment Pier

2 10

74.919 As per details attached 48.958 As per details attached

149.838 489.581 639.000

2 10

648.837 As per details attached 540.935 As per details attached

1,297.675 5,409.351 6,707.000

2 10

174.800 As per details attached 100.544 As per details attached

349.600 1,005.440 1,355.000

2 10

12.759 As per details attached 9.817 As per details attached

25.518 98.175 124.000

Annexure-VIa: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar


(Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)
Item No. v) Bottom plug M-25 grade Abutment Pier Description Unit No. Length Breadth Height Quantity

2 10

159.314 As per details attached 97.942 As per details attached

318.628 979.416 1,298.000

Sinking of wells through all types of soils (other than pneumatic method of sinking) complete as per drawing and Technical Specifications Clause 1200. For Abutment (9m outer dia) Depth upto 3.00m Depth 3.00m to 10.00m Depth 10.00m to 15.00m Depth 15.00m to 20.0m Depth 20.00m to 25.00m Depth 25.00m to 30.00m Depth 30.00m to 35.00m For Pier (8m outer dia) Depth 0.00m to 3.00m Depth 3.00m to 10.00m Depth 10.00m to 15.00m Depth 15.00m to 20.0m Depth 20.00m to 25.00m Depth 25.00m to 30.00m

Lm. 2 2 2 2 2 2 2 Lm. 10 10 10 10 10 10 3.000 7.000 5.000 30.000 70.000 50.000 150.000 3.000 7.000 5.000 5.000 6.000 14.000 10.000 10.000 40.000

Sand filling in wells as per drawings and Technical Cum Specifications Clause 1209. Abutment Piers Plain Cement Concrete/ Reinforced Cement Concrete for substructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700 and 2200. M-35 grade Cum Abutment wall Abutment Cap Dirt walls Bracket Pier shaft Pier cap Pedestals blocks for Bearings Return walls Counterforts

2 10

260.739 As per details attached 208.052 As per details attached

521.477 2,080.520 2,602.000

2 2 2 2 2 10 10 10 64 4 6

11.500 0.600 11.500 (3.7+0.6)/2 11.500 3.700 11.500 0.300 11.500 0.048 3.142 1.25 x 1.25 8.400 3.700 (8.4 x 3.7 + 2.5 x 2.5)/2 x 0.860 0.700 4.20 0.500 4.20 0.500

7.300 0.750 0.750 3.000 7.300 0.750 0.750 0.300 7.300 7.300

100.740 37.088 63.825 20.700 1.104 587.177 233.100 139.988 11.558 149.438 91.980 1,437.000

Structural Cement concrete using for Prestressed concrete in superstructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700, 1800 and 2300. M-40 grade Cum PSC Girders HYSD bar reinforcement for all components as complete as per drawings and Technical Specifications section 1600. (i) For Foundation (ii) For Sub structure ii) For Superstructure iii) For Crash barrier

12

233.263 As per details attached

2,799.00

10

T T T T

2x(5.62+19.47+20.98)+10x(3.67+16.23+12.07) 1,437.000 x 90/1000 2,799.000 x 130/1000 218.000 x 200/1000

411.772 129.330 363.870 43.600 949.000

Annexure-VIa: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar


(Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)
Item Description Unit No. 11 Providing high tensile steel strands including all accessories for stressing and jacking operations and grouting etc. complete as per drawings and Technical Specifications T Section - 1800. 12 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Sqm Section 500 Providing and fixing drainage spouts as per drawings and Technical Specifications Clause 2705. Supplying and fixing of bearings complete as per drawings and Technical Specifications Section 2000. Pot cum PTFE bearings Supplying and fixing of expansion joints complete as per drawings and Technical Specifications Section 2600. 50mm movement Strip seal type 16 Lm. 11 12.000 132.000 Nr. No. Length Breadth Height Quantity

2,799.000 x 35/1000

98.000

1 2

360.000 32.000

7.500

2,700.000 64.000

13 14

Nr.

66

100.000

6,600.00

15

Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Grade Cum i) Crash Barriers Plain Cement C Pl i C t Concrete i l li course i f t in leveling in foundation and d ti d under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700. Cum M-15 grade Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. Cum M-30 grade Providing boulder apron complete as per drawings and Cum Technical Specifications Section 2500. Circular portion Facing abutment Key

0.303

360.000

218.000

17

12.000

3.500

0.100

8.000

18

12.000

3.500

0.300

25.000

19

1 2 1 2

2 x 3.142 x (17.49 + 4.00) x 8.00 x (2 + 1.35)/2 13.000 8.000 (2 + 1.35)/2 2 x 3.142 x (17.49 + 0.50) x 0.75 x (0.75 + 1)/2 0.75(0.5+1.00)/2 37.00

1,809.58 348.40 28.11 41.63 2,228.00

20

Providing and laying filter material underneath stone boulder pitching on slopes complete as per drawings and Cum Technical Specifications Section 2500. Providing and laying stone boulder pitching on slopes complete as per drawings and Technical Specifications Cum Section 2500. Circular portion Inbetween Abutments

1,301.000 x 0.20/0.90

289.00

21

1 2 2

3.142 x 13.44 x 8.96 x 1.8 x 0.9 13.00x8.96x1.8x0.90 24.00x4.00x1.80x0.90

612.95 377.40 311.04 1,301.00

22

Providing weep holes in abutments, wing walls, retaining walls, return walls etc. complete as per drawings and Technical Specifications Clause 2706.

Nr.

11.000

7.000

154.000

Annexure-VIa: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

Bridge across Kosi River on Ram Nagar


(Length 360.0m F/F of Dirt Wall, Well Foundation, PSC Girder 2 lane CW)

Abstract
(Based on Item No. MAIN BRIDGES 1 Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3.0m Back filling behind abutments, wing walls and return walls with selected imported granular material of approved quality, complete including all leads and lifts as per drawings and Technical Specifications Clause 305. Providing filter media behind abutments, wing walls & return walls with well packed material to specified thickness with smaller size towards the soil and bigger size towards the wall complete with all leads and lifts as per drawings and Technical Specifications Clause 2504. Supplying , fabricating and fixing in position mild steel cutting edge with MS anchoraches including welding, splicing and making provisions for the fixing of reinforcements of well curb as per approved drawing and Technical Specification Section 1200 and 1900. Cement concrete for plain concrete/ Reinforced cement concrete complete excluding reinforcement as per drawing and Technical Specification Clauses 1200,1500 and 1700 i) Well curb M-25 grade ii) Well steining M-25 grade iii) Well Cap M-30 grade iv) Intermediate plug M-25 grade v) Bottom plug M-25 grade 6 Sinking of wells through all types of soils (other than pneumatic method of sinking) complete as per drawing and Technical Specifications Clause 1200. For Abutment (9m outer dia) For Pier (8m outer dia) Sand filling in wells as per drawings and Technical Specifications Clause 1209. Plain Cement Concrete/ Reinforced Cement Concrete for substructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700 and 2200. M-35 grade Structural Cement concrete using for Prestressed concrete in superstructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700, 1800 and 2300. M-40 grade HYSD bar reinforcement for all components as complete as per drawings and Technical Specifications section 1600. Foundation Sub Structure Superstructure Providing high tensile steel strands including all accessories for stressing and jacking operations and grouting etc. complete as per drawings and Technical Specifications Section - 1800. Description Unit Quantity Rate BSR) Amount

Cum

1,694.00

74.00

125356.00

Cum

616.00

242.00

149072.00

Cum

155.00

752.00

116560.00

19.00

56303.00

1069757.00

Cum Cum Cum Cum Cum

639.00 6,707.00 1,355.00 124.00 1,298.00

4429.00 4034.00 3838.00 3795.00 3788.00

2830131.00 27056038.00 5200490.00 470580.00 4916824.00

Lm. Lm. Cum

40.00 150.00 2,602.00

22196.00 20730.00 135.00

887840.00 3109500.00 351270.00

7 8

Cum

1,437.00

4266.00

6130242.00

Cum

2,799.00

4670.00

13071330.00

10

T T T

411.77 129.33 407.47

47434.00 47487.00 48051.00

19531991.03 6141493.71 19579340.97

11

98.00

109289.00

10710322.00

Annexure-VIa: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

(Based on Item Description No. 12 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 500 13 Providing and fixing drainage spouts as per drawings and Technical Specifications Clause 2705. Supplying and fixing of bearings complete as per drawings and Technical Specifications Section 2000. iii) Pot cum PTFE bearings Pot cum PTFE Supplying and fixing of expansion joints complete as per drawings and Technical Specifications Section 2600. 50mm movement Strip seal type 16 Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Grade Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700. M-15 grade Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. M-30 grade Providing boulder apron complete as per drawings and Technical Specifications Section 2500. Providing and laying filter material underneath stone boulder pitching on slopes complete as per drawings and Technical Specifications Section 2500. Providing and laying stone boulder pitching on slopes complete as per drawings and Technical Specifications Section 2500. Providing weep holes in abutments, wing walls, retaining walls, return walls etc. complete as per drawings and Technical Specifications Clause 2706. Lm. 132.00 12500.00 Unit Quantity Rate

BSR)

Amount

Sqm Nr.

2,700.00 64.00

450.00 930.00

1215000.00 59520.00

14

6,600.00

295.00

1947000.00

15

1650000.00

Cum

218.00

5500.00

1199000.00

17

Cum

8.00

3010.00

24080.00

18

Cum

25.00

6045.00

151125.00

19

Cum

2,228.00

789.00

1757892.00

20

Cum

289.00

852.00

246228.00

21

Cum

1,301.00

789.00

1026489.00

22

Nr.

154.00

60.00

9240.00 130733711.71 363149.20 31578.19

Cost per Rm Cost per Sqm

Annexure-VIa: Page 5

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

DETAIL OF WELL FOUNDATION Bridge across Kosi River on Ram Nagar For Abutment (9m outer dia)
1) Well curb M-25 grade A outer A1 A Inner at top A2 at bottom A3 H Volume 2) 4 4 = = = 4 2.97 m 65.76 x 2.97 - 2.67/3 x (25.52 + 61.51 + sqrt(25.52 x 61.51) - 25.52 x 0.30 = Bottom Plug with 10% extra cement M-25 grade = 2.67/3 x (25.52 + 61.51 + sqrt(25.52 x 61.51) + 25.52 x 0.60 + 3.142 x 1 x 1(10.29 - 1/3 x 1) = 159.31 m 74.92 m x 8.85 x 8.85 = 61.51 m

= =

x x

9.15 x 9.15 5.7 x 5.7

= =

65.76 m 25.52 m

3 Well steining M-25 grade A outer A inner Volume Abutment 4 Well cap M-30 grade For Abutment 5 Sand filling For Abutment 6 Intermediate Plug M-25 grade For Abutment = = 4 4 x x 9x9 5.7 x 5.7 = = 63.62 m 25.52 m

(63.62 - 25.52) x

17.03

648.84 cum

(11.5 x 4.8 + 2/3 x 11.5 x 4.2) x 2

174.80 m

25.52

10.22

260.74 m

25.52

0.50

12.76 m

7 Reinforcment (incl. 5% wastage, cuttings etc.) a) in well curb @75 kg/m b) in steining @30 kg/m For abutment c) in well cap @120 kg/m For abutment 8 Structural Steel in cutting edge @60kg/m (incl. 5% wastage, cuttings etc.) 9 Sinking of Well (9.00m dia)

74.92

75 1000 30 1000 120 1000

5.62 T

648.84

19.47 T

174.80

20.98 T

3.142 x 9.15 x 60/1000

= =

1.72 T 20.00 M

Annexure-VIa: Page 6

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

DETAIL OF WELL FOUNDATION Bridge across Kosi River on Ram Nagar For Pier (8m outer dia)
1) Well curb M-25 grade A outer A1 A Inner at top A2 at bottom A3 H Volume 2) = = = = = 4 4 4 2.34 m 52.17 x 2.34 - 2.04/3 x (19.63 + 48.4 + sqrt(19.63 x 48.4) - 19.63 x 0.30 = Bottom Plug with 10% extra cement M-25 grade = 2.04/3 x (19.63 + 48.4 + sqrt(19.63 x 48.4) + 19.63 x 0.60 + 3.142 x 1 x 1(6.36 - 1/3 x 1) = 97.94 m 48.96 m x 7.85 x 7.85 = 48.40 m x 5x5 = 19.63 m x 8.15 x 8.15 = 52.17 m

3 Well steining M-25 grade A outer A inner Volume For Pier 4 Well cap M-30 grade For Pier 5 Sand filling For Pier 6 Intermediate Plug M-25 grade For Pier

= =

4 4

x x

8x8 5x5

= =

50.27 m 19.63 m

(50.27 - 19.63) x

17.66

540.94 cum

(3.142 x 4 x 4 x2)

100.54 m

19.63

10.60

208.05 m

19.63

0.50

9.82 m

7 Reinforcment (incl. 5% wastage, cuttings etc.) a) in well curb @75 kg/m b) in steining @30 kg/m For Pier c) in well cap @120 kg/m For pier 8 Structural Steel in cutting edge @60kg/m (incl. 5% wastage, cuttings etc.) 9 Sinking of Well (8.00 m dia)

48.96

75 1000 30 1000 120 1000

3.67 T

540.94

16.23 T

100.54

12.07 T

3.142 x 8.15 x 60/1000

= =

1.54 T 20.00 m

Annexure-VIa: Page 7

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIa

Central L - Girder at the Span

L - Girder at the Support

1.800 m
0.180 0.28 0.180

1.800 m
0.28

2.300

0.275

2.300

Y
0.2 0.24

0.83

0.83

SL.No.
1. Rctangular top Flange 2. Triangular top Flange 3. Web + top & bottom rec. Haunch 4. Bottom Bulb, Triangle 5. Bottom Bulb, Rectangle Girder Only

A
0.32400 0.07625 0.51700 0.05550 0.19920 1.17195

SL.No.
1. Rctangular top Flange 2. Triangular top Flange 3. Web + top & Haunch, rectangle

A
0.32400 0.04850 1.75960

2.13210

L Girders

No.of Girder 3 No. 5


Deck slab

Length of CS area of Wider part Taper part Narrow part Total Wider part Taper part Narrow part 2.9 2.5 8.5 27.8 2.132 1.652 1.172 Width 0.3 Depth Length 1.860

Cross Girders

No. 1
S.N.

Width Depth Length 11.5 0.275


Item 1 L girder 2 X girder 3 Deck slab Total Area 121.65 16.74 94.875 94 875 233.26

30

Annexure-VIa: Page 8

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIb

Bridge across Kosi River on Ram Nagar ABSTRACT OF COST BOX CULVERT STRUCTURE NO 1 (6 x 2.1m)
Item No. Description CROSS-DRAINAGE WORKS 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M40 grade 7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm 707.76 450.00 318,492.00 12,960,993.41 Cum 29.78 5,500.00 163,816.95 Unit Quantity Rate Amount

Cum

1,124.55

74.00

83,216.85

Cum

102.23

3,130.00

319,986.16

Cum

1,690.76

3,804.00

6,431,651.04

118.35

47,487.00

5,620,238.41

Nr.

393.20

60.00

23,592.00

Say Rs.

12,960,000.00

Annexure-VIb: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIb

Bridge across Kosi River on Ram Nagar DETAILS OF QUANTITIES BOX CULVERT STRUCTURE NO 1 (6 x 2.1m)
Item No. Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS CD No. Structure 1 Chainage A 0/0 to 98/300 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Box Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Box Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and t t i b l t i l di t i d form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Top Slab Bottom Slab Vertical wall Haunches Size 6.0 x 2.1
No. of culverts 1

Length 98.30 m

Cum 1 x 1 98.30 10.40 1.10 1,124.55 1,124.55

Cum 1 x 1 98.30 10.40 0.10 102.23 102.23

Cum 1 1 2 4 98.30 98.30 98.30 98.30 7.70 10.20 0.850 1/2 x 0.2 x 0.2 0.700 0.800 2.10 529.84 802.13 350.93 7.86 1,690.76

Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 i) Reinforcement for For Box Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Verticall wall

T 1690.76 x 70 1000 118.35

Nr. x 2 98 2 393.20

Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503

Cum 1 x 1 0.303 98.30 29.78

Sqm 1 x 1 7.20 98.30 707.76

Annexure-VIb: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIc

Bridge across Kosi River on Ram Nagar ABSTRACT OF COST BOX CULVERT STRUCTURE NO 2 (2 Box of size 5.4 x 4 m)
Item No. Description CROSS-DRAINAGE WORKS 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M40 grade 7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm 1,322.56 450.00 595,152.56 Cum 71.72 5,500.00 394,460.55 Unit Quantity Rate Amount

Cum

1,395.42

74.00

103,261.11

Cum

159.48

3,130.00

499,161.84

Cum

2,434.98

3,804.00

9,262,653.58

170.45

47,487.00

8,094,083.63

Nr.

473.40

60.00

28,404.00

18,977,177.27

Say Rs.

18,980,000.00

Annexure-VIc: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIc

Bridge across Kosi River on Ram Nagar DETAILS OF QUANTITIES BOX CULVERT STRUCTURE NO 2 (2 Box of size 5.4 x 4 m)
Item No. Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS CD No. Structure 2 Chainage 0/0 to 118/350 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Box Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Box Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Top Slab Bottom Slab Vertical wall Haunches Size 5.4 x 4.0
No. of culverts 1

Length 118.35 m

Cum 1 x 1 118.35 13.48 0.88 1,395.42 1,395.42

Cum 1 x 1 118.35 13.48 0.10 159.48 159.48

Cum 1 1 2 1 8 118.35 118.35 118.35 118.35 118.35 12.18 12.18 0.525 0.325 1/2 x 0.2 x 0.2 0.600 0.625 4.00 4.00 864.55 900.57 497.07 153.86 18.94 2,434.98

Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 i) Reinforcement for For Box Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Verticall wall

T 2434.98 x 70 1000 170.45

Nr. 2 118 2 473.40

Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503

Cum 1 x 2 0.303 118.35 71.72

Sqm 1 x 1 11.18 118.35 1,322.56

Annexure-VIc: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VId

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar


Minor Bridge (T Beam Girder) structure No. 3 at Chainage 150/0
Item No. MINOR BRIDGES 1 Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3.0m Cum For Abutment Back filling behind abutments, wing walls and return walls with selected imported granular material of approved quality, complete including all leads and lifts as Cum per drawings and Technical Specifications Clause 305. Behind Abutments Behind Return Wall Providing filter media behind abutments, wing walls & return walls with well packed material to specified thickness with smaller size towards the soil and bigger p size towards the wall complete with all leads and lifts as Cum per drawings and Technical Specifications Clause 2504. Behind Abutments Behind Return Wall Description Unit No. Length Breadth Height Quantity

15.850

6.80

2.500

538.900

2 4

13.650 4.775

1/2 x 6.7 x 6.7 x tan 35 1/2 x 6.7 x 6.7 x tan 35

429.05 300.18 729.00

2 4

14.850 4.775

0.600 0.600

6.700 6.700

119.394 76.782 196.000

Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, Cum 1700 and 2100. Abutment foundation Plain Cement Concrete/ Reinforced Cement Concrete for substructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700 and 2200. M-35 grade Cum Abutment wall Abutment Cap Abutment Cap Dirt walls Bracket Pedestals blocks for Bearings Return walls

15.85

6.500

1.000

206.050

2 2 2 2 2 4 4

15.850 1.125 15.850 (1.1+1.125)/2 15.850 1.100 15.850 0.300 15.850 0.048 0.860 0.700 6.50 0.500

6.700 0.225 0.225 2.400 0.300 6.700

238.939 7.935 7.846 22.824 1.522 0.722 149.438 429.000

Structural Cement concrete using for Reinforced concrete in superstructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700, 1800 and 2300. M-45 grade Cum RCC Girders

1.000

152.600

As per MoRTH

152.60 152.60

Annexure-VId: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VId

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar


Minor Bridge (T Beam Girder) structure No. 3 at Chainage 150/0
Item No. 7 Description HYSD bar reinforcement for all components as complete as per drawings and Technical Specifications section (i) For Foundation (ii) For Sub structure ii) For Superstructure iii) For Crash barrier Unit No. Length Breadth Height Quantity

T T T T

206.050 429.000 152.600 6.000

x 90/1000 x 90/1000 x 130/1000 x 200/1000

18.545 38.610 19.838 1.200 78.000

Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Sqm Specifications Section 500 Providing and fixing drainage spouts as per drawings and Technical Specifications Clause 2705. Nr.

1 2

9.500 4.000

7.500

71.000 8.000

10

Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. 809 M-40 Grade Cum i) Crash Barriers Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & Cum M-15 grade Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. Cum M-30 grade

0.303

9.500

6.000

11

15.850

3.500

0.100

11.000

12

15.850

3.500

0.300

33.000

13

Providing weep holes in abutments, wing walls, retaining walls, return walls etc. complete as per drawings and Technical Specifications Clause 2706.

Nr.

15.000

6.000

180.000

Annexure-VId: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VId

Bridge across Kosi River on Ram Nagar


Minor Bridge (T Beam Girder) structure No. 3 at Chainage 150/0

Abstract
(Based on Item No. MAIN BRIDGES 1 Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3.0m Back filling behind abutments, wing walls and return walls with selected imported granular material of approved quality, complete including all leads and lifts as per drawings and Technical Specifications Clause 305. Providing filter media behind abutments, wing walls & return walls with well packed material to specified thickness with smaller size towards the soil and bigger size towards the wall complete with all leads and lifts as per drawings and Technical Specifications Clause 2504. Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, 1700 and 2100. M25 grade Plain Cement Concrete/ Reinforced Cement Concrete for substructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700 and 2200. M-35 grade Structural Cement concrete using for Reinforced concrete in superstructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700, 1800 and 2300. M-40 grade HYSD bar reinforcement for all components as complete as per drawings and Technical Specifications section Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 500 Providing and fixing drainage spouts as per drawings and Technical Specifications Clause 2705. Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Grade Description Unit Quantity Rate BSR) Amount

Cum

539.00

74.00

39886.00

Cum

729.00

242.00

176418.00

Cum

196.00

752.00

147392.00

Cum

206.05

3804.00

783814.20

Cum

429.00

4266.00

1830114.00

Cum T

152.60

4670.00

712642.00

78.00

47487.00

3703986.00

Sqm Nr.

71.00 8.00

450.00 930.00

31950.00 7440.00

10

Cum

6.00

5500.00

33000.00

Annexure-VId: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VId

(Based on Item Description No. 11 Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & M-15 grade 12 Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. M-30 grade Unit Quantity Rate

BSR)

Amount

Cum

11.00

3010.00

33110.00

Cum

33.00

6045.00

199485.00

13

Providing weep holes in abutments, wing walls, retaining walls, return walls etc. complete as per drawings and Technical Specifications Clause 2706.

Nr.

180.00

60.00

10800.00 8335037.20

Annexure-VId: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIe

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar


Minor Bridge (RCC solid slab) at Chainage 175/0
Item No. MINOR BRIDGES 1 Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3.0m Cum For Abutment Back filling behind abutments, wing walls and return walls with selected imported granular material of approved quality, complete including all leads and lifts as Cum per drawings and Technical Specifications Clause 305. Behind Abutments Behind Return Wall Providing filter media behind abutments, wing walls & return walls with well packed material to specified thickness with smaller size towards the soil and bigger p size towards the wall complete with all leads and lifts as Cum per drawings and Technical Specifications Clause 2504. Behind Abutments Behind Return Wall Description Unit No. Length Breadth Height Quantity

13.600

3.80

2.500

258.400

2 4

11.400 1.150

1/2 x 5.1 x 5.1 x tan 35 1/2 x 5.1 x 5.1 x tan 35

207.62 41.89 250.00

2 4

12.600 1.150

0.600 0.600

5.100 5.100

77.112 14.076 91.000

Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, Cum 1700 and 2100. Abutment foundation Plain Cement Concrete/ Reinforced Cement Concrete for substructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700 and 2200. M-35 grade Cum Abutment wall Abutment Cap Dirt walls Bracket Pedestals blocks for Bearings Return walls RCC Retainling wall

13.60

3.500

1.000

95.200

2 2 2 2 4 4 4

13.600 13.600 13.600 13.600 0.860 3.50 3.00

1.750 2.750 0.300 0.048 0.700 0.500 0.850

5.100 0.300 0.800 0.300 5.100 5.100

242.760 22.440 6.528 1.306 0.722 149.438 52.020 475.000

Structural Cement concrete using for Reinforced concrete in superstructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700, 1800 and 2300. M-40 grade Cum Deck slab

13.600

9.500

0.800

103.36

Annexure-VIe: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIe

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar


Minor Bridge (RCC solid slab) at Chainage 175/0
Item No. 7 Description HYSD bar reinforcement for all components as complete as per drawings and Technical Specifications section ii) For Superstructure iii) For Crash barrier Unit No. Length Breadth Height Quantity

T T

103.360 6.000

x 130/1000 x 200/1000

13.437 1.200 15.000

Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Sqm Specifications Section 500 Providing and fixing drainage spouts as per drawings and Technical Specifications Clause 2705. Nr.

1 2

9.500 4.000

7.500

71.000 8.000

10

Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Grade Cum i) Crash Barriers Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & Cum M-15 grade Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. Cum M-30 grade

0.303

9.500

6.000

11

13.600

3.500

0.100

10.000

12

13.600

3.500

0.300

29.000

13

Providing weep holes in abutments, wing walls, retaining walls, return walls etc. complete as per drawings and Technical Specifications Clause 2706.

Nr.

13.000

5.000

130.000

Annexure-VIe: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIe

Bridge across Kosi River on Ram Nagar


Minor Bridge (RCC solid slab) at Chainage 175/0

Abstract
(Based on Item No. MAIN BRIDGES 1 Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3.0m Back filling behind abutments, wing walls and return walls with selected imported granular material of approved quality, complete including all leads and lifts as per drawings and Technical Specifications Clause 305. Providing filter media behind abutments, wing walls & return walls with well packed material to specified thickness with smaller size towards the soil and bigger size towards the wall complete with all leads and lifts as per drawings and Technical Specifications Clause 2504. Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, 1700 and 2100. M25 grade Plain Cement Concrete/ Reinforced Cement Concrete for substructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700 and 2200. M-35 grade Structural Cement concrete using for Reinforced concrete in superstructure complete excluding reinforcement as per drawings and Technical Specifications Sections 1500, 1700, 1800 and 2300. M-40 grade HYSD bar reinforcement for all components as complete as per drawings and Technical Specifications section 1600. Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 500 Providing and fixing drainage spouts as per drawings and Technical Specifications Clause 2705. Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Grade Description Unit Quantity Rate BSR) Amount

Cum

258.00

74.00

19092.00

Cum

250.00

242.00

60500.00

Cum

91.00

752.00

68432.00

Cum

95.20

3804.00

362140.80

Cum

475.00

4266.00

2026350.00

Cum T

103.36

4670.00

482691.20

15.00

47487.00

712305.00

Sqm Nr.

71.00 8.00

450.00 930.00

31950.00 7440.00

10

Cum

6.00

5500.00

33000.00

Annexure-VIe: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIe

(Based on Item No. 11 Description Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700. M-15 grade Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. M-30 grade Unit Quantity Rate

BSR)

Amount

Cum

10.00

3010.00

30100.00

12

Cum

29.00

6045.00

175305.00

13

Providing weep holes in abutments, wing walls, retaining walls, return walls etc. complete as per drawings and Technical Specifications Clause 2706.

Nr.

130.00

6045.00

785850.00 4795156.00

Annexure-VIe: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIf

Bridge across Kosi River on Ram Nagar ABSTRACT OF COST BOX CULVERT STRUCTURE NO 5 (3 x 4.17m)
Item No. Description CROSS-DRAINAGE WORKS 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M40 grade 7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm 64.60 450.00 29,070.00 1,338,906.76 Cum 5.76 5,500.00 31,663.50 Unit Quantity Rate Amount

Cum

95.76

74.00

7,086.24

Cum

11.97

3,130.00

37,466.10

Cum

172.43

3,804.00

655,904.70

12.07

47,487.00

573,156.22

Nr.

76.00

60.00

4,560.00

Say Rs.

1,340,000.00

Annexure-VIf: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIf

Bridge across Kosi River on Ram Nagar DETAILS OF QUANTITIES BOX CULVERT STRUCTURE NO 5 (3 x 4.17m)
Item No. Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS CD No. Structure 5 Chainage 264 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Box Size 3.0 x 4.1
No. of culverts 1

Length 19.00 m

Cum 1 x 1 19.00 6.30 0.80 95.76 95.76 -

Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Box Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Top Slab Bottom Slab Vertical wall Haunches

Cum 1 x 1 19.00 6.30 0.10 11.97 11.97

Cum 1 1 2 4 19.00 19.00 19.00 19.00 3.90 6.10 0.450 1/2 x 0.2 x 0.2 0.500 0.550 4.10 37.05 63.75 70.11 1.52 172.43

Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 i) Reinforcement for For Box Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Verticall wall

T 172.43 x 70 1000 12.07

Nr. x 2 19 2 76.00

Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503

Cum 1 x 1 0.303 19.00 5.76

Sqm 1 x 1 3.40 19.00 64.60

Annexure-VIf: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIg

Bridge across Kosi River on Ram Nagar ABSTRACT OF COST BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)
Item No. Description CROSS-DRAINAGE WORKS 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Back filling behind abutments, wing wall and return walls with selected granular material of approved quality including all the material, labor equipment carriage etc. all complete as per drawing and Technical Specifications Clause 305 Filter media behind abutments, wing walls and return walls, including all material, labour, equipment carriage etc all complete as per drawing and Technical Specifications Clause 305 and 309. Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 Providing and laying Stone boulder apron complete as per drawings and Technical Specifications Section 2500. Filter material underneath stone boulder pitching on slopes complete as per drawing and Technical Specification Section 2500. Providing and laying stone boulder pitching on slopes complete as per drawing and Technical Specification Section 2500 Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per
Annexure-VIg: Page 1

Unit

Quantity

Rate

Amount

Cum

539.71

74.00

39,938.61

Cum

287.03

242.00

69,461.49

Cum

85.91

752.00

64,600.56

Cum

42.77

3,130.00

133,873.23

Cum

521.11

3,804.00

1,982,295.31

36.48

47,487.00

1,732,210.31

Cum

6.97

789.00

5,498.54

Cum

559.06

852.00

476,317.70

Cum

1,118.12

789.00

882,194.04

10

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIg

Bridge across Kosi River on Ram Nagar ABSTRACT OF COST BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)
Item No. Description drawing and Technical Specifications Clause 2706. 11 Providing cement concrete M-15 grade in cut off wall / foundation complete as per drawing and Technical Specifications Sections 1500 & 1700 and Clause 2507. Curtain Wall Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M40 grade 13 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm 14 Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. M-30 grade 15 Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700. M-15 grade Cum 12.08 3,010.00 36,345.75 Cum 24.15 6,045.00 145,986.75 285.78 450.00 128,598.75 Cum 6.97 5,500.00 38,329.50 Unit Nr. Quantity 46.00 Rate 60.00 Amount 2,760.00

Cum

154.86

3,010.00

466,128.60

12

6,204,539.14

Say Rs.

6,200,000.00

Annexure-VIg: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIg

Bridge across Kosi River on Ram Nagar DETAILS OF QUANTITIES BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)
Item No. Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS CD No. Structure 7 Chainage 760 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Box Boulder apron U/S Boulder apron D/S Curtain wall U/S Curtain wall D/S Size 8.0 x 6.0
No. of culverts 1

Length 11.50 m

Cum 1 1 1 1 1 x x x x x 1 1 1 1 1 11.50 26.90 26.90 26.90 26.90 26.90 3.00 5.00 2.20 2.20 0.85 0.45 0.45 2.00 2.50 262.95 3.15 7.30 118.36 147.95 539.71

Back filling behind abutments, wing wall and return walls with selected granular material of approved quality including all the material, labor equipment carriage etc. all complete as per drawing and Technical Specifications Clause 305 Vertical Wall = Filter media behind abutments, wing walls and return walls, including all material, labour, equipment carriage etc all complete as per drawing and Technical Specifications Clause 305 and 309. Vertical wall Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Box Curtain Wall U/S Curtain Wall D/S

Cum

12.48 12 48

1 x 2

11.50 11 50

12.48 12 48

287.03 287 03

Cum 1 x 2 11.50 0.60 6.225 85.91 85.91

Cum 1 x 1 1 x 1 1 x 1 11.50 26.90 26.90 26.90 2.20 2.20 0.10 0.10 0.10 30.94 5.92 5.92 42.77

Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Top Slab Bottom Slab Vertical wall Haunches

Cum 1 1 2 2 12 11.50 11.50 11.50 11.50 11.50 25.85 25.85 0.625 0.600 1/2 x 0.2 x 0.2 0.575 0.600 6.00 6.00 170.93 178.37 86.25 82.80 2.76 521.11

Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 i) Reinforcement for For Box

T 521.11 x 70 1000 36.48

Annexure-VIg: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIg

Bridge across Kosi River on Ram Nagar DETAILS OF QUANTITIES BOX CULVERT STRUCTURE NO 7 (3 Box of size 8 x 6 m)
Item No. 7 Description Unit No. Length Breadth Height Quantity

Providing and laying Stone boulder apron complete as per drawings and Technical Specifications Section 2500. U/S D/S Filter material underneath stone boulder pitching on slopes complete as per drawing and Technical Specification Section 2500. Providing and laying stone boulder pitching on slopes complete as per drawing and Technical Specification Section 2500 L = = 114.22 Area = = 931.76 Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Verticall wall Providing cement concrete M-15 grade in i cut off wall / f d i complete as per ff ll foundation l drawing and Technical Specifications Sections 1500 & 1700 and Clause 2507. Curtain Wall U/S = = 2.65 D/S = (0.45x0.2+0.4x0.98) = 3.15 Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503

Cum

1 x 1 1 x 1

26.90 26.90

3.00 5.00

0.30 0.30

2.10 4.87 6.97

Cum

1 x 4

931.76

0.15

559.06

Cum

1 x 4

931.76

0.30

1,118.12

10

Nr. 2 12 2 46.00

11

Cum 1 x 1 26.70 26.70 2.65 3.15 70.76 84.11 154.86

1 x 1

12

Cum 1 x 2 0.303 11.50 6.97

13

Sqm 1 x 1 24.85 11.50 285.78

14

Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. M-30 grade Cum 1 x 2 11.500 3.50 0.30 24.15

15

Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700. M-15 grade Cum 1 x 2 11.500 3.50 0.15 12.08

Annexure-VIg: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIh

Bridge across Kosi River on Ram Nagar ABSTRACT OF COST BOX CULVERT STRUCTURE NO 8 (3 x2 m)
Item No. Description CROSS-DRAINAGE WORKS 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Providing and laying cement concrete for reinforced cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M40 grade 7 Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503 Sqm 44.98 450.00 20,241.00 Cum 3.94 5,500.00 21,664.50 Unit Quantity Rate Amount

Cum

60.36

74.00

4,466.37

Cum

8.27

3,130.00

25,878.84

Cum

87.60

3,804.00

333,247.14

6.13

47,487.00

291,204.91

Nr.

52.00

60.00

3,120.00

Annexure-VIh: Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIh

Bridge across Kosi River on Ram Nagar ABSTRACT OF COST BOX CULVERT STRUCTURE NO 8 (3 x2 m)
Item No. 8 Description Unit Quantity Rate Amount

Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. M-30 grade Cum 27.30 6,045.00 165,028.50

Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700. M-15 grade Cum 13.65 3,010.00 41,086.50

905,937.76

Say Rs.

910,000.00

Annexure-VIh: Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIh

Bridge across Kosi River on Ram Nagar DETAILS OF QUANTITIES BOX CULVERT STRUCTURE NO 8 (3 x2 m)
Item No. Description Unit No. Length Breadth Height Quantity

CROSS-DRAINAGE WORKS CD No. Structure 8 Chainage 805 1 Earthwork in excavation of foundation for structures including pipe culverts in all types of soil complete as per drawings and Technical Specification Clause 304,309 and 2903. Box Size 3.0 x 2.0
No. of culverts 1

Length 13.00 m

Cum 1 x 1 13.00 6.36 0.73 60.36 60.36 -

Cement concrete in foundation/levelling courseon pipe culvert and under approach slab etc.including centering and shuttering all complete as drawing and Technical Specifications Sections 2100 and 2200 M-15 grade Box Providing d l i P idi and laying cement concrete for reinforced t t f i f d cement concrete in box culvert including centering and form work complete as per drawing and Technical specifications as per Sections 1500, 1700 M-25 box culvert Top Slab Bottom Slab Vertical wall Haunches

Cum 1 x 1 13.00 6.36 0.10 8.27 8.27

Cum 1 1 2 4 13.00 13.00 13.00 13.00 3.96 6.16 0.480 1/2 x 0.2 x 0.2 0.450 0.480 2.00 23.17 38.44 24.96 1.04 87.60

Providing HYSD bar reinforcement in sub-structure complete as per drawing and Technical Specifications asper Section 1600 i) Reinforcement for For Box Providing weep holes in abutments,wing walls, retaining walls, return walls etc.complete as per drawing and Technical Specifications Clause 2706. Verticall wall

T 87.60 x 70 1000 6.13

Nr. x 2 13 2 52.00

Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40

Cum 1 x 1 0.303 13.00 3.94

Annexure-VIh: Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VIh

Bridge across Kosi River on Ram Nagar DETAILS OF QUANTITIES BOX CULVERT STRUCTURE NO 8 (3 x2 m)
Item No. 7 Description Unit No. Length Breadth Height Quantity

Providing 65mm thick wearing course consisting of 50mm thick, Asphaltic concrete in two layers of 25mm each over 15mm mastic asphalt as per Technical Specifications Section 503

Sqm 1 x 1 3.46 13.00 44.98

Reinforced Cement Concrete in approach slabs including reinforcement complete as per drawings and Technical Specifications Sections 1500, 1600, 1700 and Clause 2704. M-30 grade Cum 1 x 2 13.000 3.50 0.30 27.30

Plain Cement Concrete in leveling course in foundation and under the approach slabs complete as per drawings and Technical Specifications Section 1500 & 1700. & 2700. M-15 grade Cum 1 x 2 13.000 3.50 0.15 13.65

Annexure-VIh: Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VI(i)

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar (Road work)
Item No. 1 Description Cutting of Trees, including Cutting of Trunks, Branches and Removal ( Cutting of trees, including cutting of trunks, branches and removal of stumps, roots, stacking of serviceable material with all lifts and up to a lead of 1000 mtrs and earth filling in the depression/pit.) Girth from 300 mm to 600 mm Girth from 600 mm to 900 mm Girth from 900 mm to 1800 mm Girth above 1800 mm Unit No. Length Breadth Height Quantity

i ii iii iv 2

each each each each 1 700.00 15.00

20 20 20 20 10,500.00

Clearing and Grubbing Road Land .(Clearing and hectare grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned up to a lead of 1000 metres including removal and disposal of top organic soil not exceeding 150 mm in thickness.) By Mechanical Means In area of light jungle hectare Construction of Embankment with Material Deposited Cum from Roadway Cutting (Construction of embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structures graded and compacted to meet requirement of table 300-2) Earth quantity for refilling in embankment Embankment Heigth up to 1.5 m Embankment Heigth betwen 3m to 1.5 m Embankment Heigth between 6m to 3m Deduct quantity for PCC Reataining wall (1/3 of item 13) Cum

1.05

100.000 100.000 210.000 410.00

12.00 12.00 12.00

0.750 2.250 4.500

900.00 2,700.00 11,340.00 14,940.00 1,112.760 13,827.24

Excavation in Soil with Dozer with lead upto 100 metres (Excavation for road way in soil by mechanical means including cutting and pushing the earth to site of embankment upto a distance of 100 metres (average lead50 metres), including trimming bottom and side slopes in accordance with requirements of lines, grades and cross sections.) Qty. required for embankment Available earth from structures Form Structure No. 6 Major Bridge Form Structure No. 3 Minor Bridge Form Structure No. 4 Minor Bridge From Retaining Wall of Road

13,827.24 1,694.00 539.00 258.00 2,202.00 4,693.00 9,134.24

Net Quantity 5 Loading and unloading of stone boulder / stone aggregates / sand / kanker / moorum. (Placing tipper at loading point, loading with front end loader, dumping, turning for return trip, excluding time for haulage and return trip) Qty same as item no. 4

9,134.240

Annexure-VI(i): Page 1

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VI(i)

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar (Road work)
Item Description Unit No. 6 Plant Mix Method ( Construction of granular sub-base by Cum providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 ) for grading- II Material No. Length 410.00 Breadth 7.50 Height 0.25 Quantity 768.75

Wet Mix Macadam (Providing, laying, spreading and Cum compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.)

410.00

7.50

0.25

768.75

Prime coat (Providing and applying primer coat with Sqm bitumen emulsion on prepared surface of granular Base including clearing of road surface and spraying primer at the rate of 0.60 kg/sqm using mechanical means.) Providing and applying tack coat with bitumen emulsion Sqm using emulsion pressure distributor at the rate of 0.20 kg per sqm on the prepared bituminous/granular surface cleaned with mechanical broom. Bituminous Macadam ( Providing and laying bituminous Cum macadam with 100-120 TPH hot mix plant producing an average output of 75 tonnes per hour using crushed aggregates of specified grading premixed with bituminous binder, transported to site, laid over a previously prepared surface with paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction) for GradingII(19 mm nominal size) 50 mm BM

410.00

7.00

2,870.00

410.00

7.00

2,870.00

10

410.00

7.00

0.05

143.50

11

Semi - Dense Bituminous Concrete ( Providing and laying Cum semi dense bituminous concrete with 100-120 TPH batch type HMP producing an average output of 75 tonnes per hour using crushed aggregates of specified grading, premixed with bituminous binder @ 4.5 to 5 % of mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 508 complete in all respects) for Grading I ( 13 mm nominal size ) 25 mm SDBC Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3.0m Cum Embankment Heigth up to 1.5 m Embankment Heigth betwen 3m to 1.5 m Embankment Heigth between 6m to 3m

410.00

7.00

0.025

71.75

12

2 2 2

100.000 100.000 210.000

1.00 1.50 2.00

1.200 1.500 1.800

240.00 450.00 690.00 1,512.00 2,202.00

Annexure-VI(i): Page 2

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VI(i)

DETAIL OF QUANTITY Bridge across Kosi River on Ram Nagar (Road work)
Item Description Unit No. 13 Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, Cum 1700 and 2100. M15 grade PCC Embankment Heigth up to 1.5 m Embankment Heigth betwen 3m to 1.5 m Embankment Heigth between 6m to 3m 14 Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, Cum 1700 and 2100. M25 grade PCC Embankment Heigth up to 1.5 m Embankment Heigth betwen 3m to 1.5 m Embankment Heigth between 6m to 3m Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Grade Cum i) Crash Barriers No. Length Breadth Height Quantity

2 2 2

100.00 100.00 210.00

1.00 1.50 2.00

0.150 1.150 2.150

30.00 345.00 1,806.00 2,181.000

2 2 2

100.00 100.00 210.00

0.600 0.850 1.100

0.75 3.00 6.00

90.00 510.00 2,772.00 3,372.000

15

0.303

410.000

248.000

Annexure-VI(i): Page 3

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VI(i)

Bridge across Kosi River on Ram Nagar


(Road work)

Abstract
(Based on Item No. 1 Description Cutting of Trees, including Cutting of Trunks, Branches and Removal ( Cutting of trees, including cutting of trunks, branches and removal of stumps, roots, stacking of serviceable material with all lifts and up to a lead of 1000 mtrs and earth filling in the depression/pit.) Girth from 300 mm to 600 mm Girth from 600 mm to 900 mm Girth from 900 mm to 1800 mm Girth above 1800 mm Clearing and Grubbing Road Land .(Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned up to a lead of 1000 metres including removal and disposal of top organic soil not exceeding 150 mm in thickness.) By Mechanical Means In area of light jungle Construction of Embankment with Material Deposited from Roadway Cutting (Construction of embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structures graded and compacted to meet requirement of table 300-2) Excavation in Soil with Dozer with lead upto 100 metres (Excavation for road way in soil by mechanical means including cutting and pushing the earth to site of embankment upto a distance of 100 metres (average lead50 metres), including trimming bottom and side slopes in accordance with requirements of lines, grades and cross sections.) Loading and unloading of stone boulder / stone aggregates / sand / kanker / moorum. (Placing tipper at loading point, loading with front end loader, dumping, turning for return trip, excluding time for haulage and return trip) Plant Mix Method ( Construction of granular sub-base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 ) Wet Mix Macadam (Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.) Prime coat (Providing and applying primer coat with bitumen emulsion on prepared surface of granular Base including clearing of road surface and spraying primer at the rate of 0.60 kg/sqm using mechanical means.) Providing and applying tack coat with bitumen emulsion using emulsion pressure distributor at the rate of 0.20 kg per sqm on the prepared bituminous/granular surface cleaned with mechanical broom. Unit Quantity Rate BSR) Amount

i ii iii iv 2

each each each each hectare

20 20 20 20 1.05

104.00 182.00 361.00 692.00 24952.00

2080.00 3640.00 7220.00 13840.00 26199.60

Cum

13,827.24

59.00

815807.16

Cum

4,693.00

30.00

140790.00

Cum

9,134.24

65.00

593725.60

Cum

768.75

793.00

609618.75

Cum

768.75

951.00

731081.25

Sqm

410.00

30.00

12300.00

Sqm

2,870.00

11.00

31570.00

Annexure-VI(i): Page 4

Constriction of Bridge on River Kosi at Ramnagar on PPP mode - Techno-Economic Feasibility Study

Annexure-VI(i)

(Based on Item No. 10 Description Bituminous Macadam ( Providing and laying bituminous macadam with 100-120 TPH hot mix plant producing an average output of 75 tonnes per hour using crushed aggregates of specified grading premixed with bituminous binder, transported to site, laid over a previously prepared surface with paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction) for GradingII(19 mm nominal size) 50 mm BM Semi - Dense Bituminous Concrete ( Providing and laying semi dense bituminous concrete with 100-120 TPH batch type HMP producing an average output of 75 tonnes per hour using crushed aggregates of specified grading, premixed with bituminous binder @ 4.5 to 5 % of mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 508 complete in all respects) for Grading I ( 13 mm nominal size ) 25 mm SDBC Earthwork in excavation of foundations for structures complete as per drawings and Technical Specifications Clause 304 including all leads and lifts. Depth upto 3 m Depth 3 m to 6 m Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, 1700 and 2100. M15 grade PCC Plain Cement Concrete / Reinforced Cement Concrete in open foundations complete excluding reinforcement as per drawings and Technical Specifications Section 1500, 1700 and 2100. M25 grade PCC Reinforced Cement Concrete railing / crash barrier complete including reinforcement as per drawings and Technical Specifications Sections 1500, 1600, 1700, 2200 and Clause 2703 and 809. M-40 Grade i) Crash Barriers Unit Cum Quantity 143.50 Rate 5001.00

BSR)

Amount 717643.50

11

Cum

71.75

6640.00

476420.00

12

Cum Cum Cum

690.00 1,512.00 2,181.00

74.00 89.00 3130.00

51060.00 134568.00 6826530.00

13

14

Cum

3,372.00

3804.00

12827088.00

15

Cum

248.00

5500.00

1364000.00

25385182

Annexure-VI(i): Page 5

You might also like